city of redlands department of innovation & technology


[PDF]city of redlands department of innovation & technology - Rackcdn.comac1950af3ceefeabf780-5a080c52246e50dbf3394147fb757de2.r62.cf1.rackcdn.com/...

4 downloads 218 Views 2MB Size

CITY OF REDLANDS DEPARTMENT OF INNOVATION & TECHNOLOGY

Bid Proposal, Contract Documents and Specifications For

REDLANDS TV BROADCAST SYSTEM UPGRADE AND REPLACEMENT

May 2015

THIS PAGE INTENTIONALLY LEFT BLANK

CITY OF REDLANDS DEPARTMENT OF INNOVATION & TECHNOLOGY Bid Proposal, Contract Documents and Specifications for

REDLANDS TV BROADCAST SYSTEM UPGRADE AND REPLACEMENT

City Council: Paul Foster, Mayor Jon Harrison, Mayor Pro Tem Pat Gilbreath, Councilmember Paul Barich, Councilmember John James, Councilmember

City Clerk: Sam Irwin, City Clerk

City Staff: N. Enrique Martinez, City Manager

May 2015

THIS PAGE INTENTIONALLY LEFT BLANK

REDLANDS TV BROADCAST SYSTEM UPGRADE AND REPLACEMENT

TABLE OF CONTENTS

PAGE NOTICE INVITING SEALED PROPOSALS (BIDS)

NIB 1

BID DOCUMENTS Instructions to Bidders ......................................................................................................................... BD 1 Proposals ........................................................................................................................................ BD 1 Agreement and Bonds ................................................................................................................... BD 2 Withdrawal of Bids ....................................................................................................................... BD 2 Insurance and Hold Harmless Requirements ............................................................................... BD 3 Licenses and Permits ..................................................................................................................... BD 5 Substitution of Securities .............................................................................................................. BD 5 Subcontractors ............................................................................................................................... BD 5 Non Debarred Contractors and Subcontractors ........................................................................... BD 6 Labor Law Requirements.............................................................................................................. BD 6 Proposal ................................................................................................................................................ BD 7 Bid Schedule ................................................................................................................................. BD 8 Addenda ............................................................................................................................................... BD 13 Bid Certification................................................................................................................................... BD 14 Bid Bond .............................................................................................................................................. BD 15 Statement by Bidder - Non-Collusion Affidavit ................................................................................ BD 16 Statement by Bidder - Officers of Corporation .................................................................................. BD 17 Statement by Bidder - Subcontractors List ......................................................................................... BD 18 Statement by Bidder - Qualification and Experience Statement ....................................................... BD 19 Statement by Bidder - General Information ....................................................................................... BD 20 CONTRACT DOCUMENTS Agreement ............................................................................................................................................ CD 1 Worker's Compensation Insurance Certification................................................................................ CD 4 Faithful Performance Bond ................................................................................................................. CD 5 Labor and Material Bond .................................................................................................................... CD 7

TOC 1

GENERAL CONDITIONS (Standard Specifications for Public Works Construction, 2012 Edition) Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Section 7 Section 8 Section 9 Section 10

Terms, Definitions, Abbreviations, and Symbols ...................................................GC 1 Scope and Control of Work ....................................................................................GC 1 Changes in Work.....................................................................................................GC 2 Control of Materials ...................................................................................................... GC 3 Utilities ........................................................................................................................... GC 4 Prosecution, Progress and Acceptance of the Work .................................................... GC 4 Responsibilities of the Contractor................................................................................. GC 6 Facilities for Agency Personnel .................................................................................... GC 12 Measurement and Payment ........................................................................................... GC 12 Assignment of Unfair Business Practices Claims........................................................ GC 13

TECHNICAL SPECIFICATIONS Section 1 Section 2

Audiovisual Systems Execution of Work

APPENDIX Appendix A – Labor Law Requirements Appendix B - City of Redlands Broadcast Design Construction Figures

TOC 2

NIB 1

NIB 2

BID DOCUMENTS

THIS PAGE INTENTIONALLY LEFT BLANK

INSTRUCTIONS TO BIDDERS For REDLANDS TV BROADCAST SYSTEM UPGRADE AND REPLACEMENT Bids to receive consideration shall be made in accordance with the following instructions: 1.

PROPOSALS: a.

Bids shall be made upon the form of proposal furnished by the City. All Bids shall be properly executed with all items filled in; the signatures of all persons signing shall be in longhand. If the unit price and the total amount named by a Bidder for any item are not in agreement, the unit price shall be considered as representing the Bidder's intention, and the totals may be corrected by the City to conform thereto. If the sum of the individual bid item’s and the total amount named by a Bidder are not in agreement, the sum of the bid item’s shall be considered as representing the Bidder’s intention, and the totals may be corrected by the City to conform thereto. If the total price written in words and the total price written in figures are not in agreement, the then total price written in words will be considered as representing the Bidder’s intention, and the totals will be corrected by the City to confirm thereto.

b.

Proposals may be rejected if they show any alterations of form, additions not called for, conditional or alternative bids, incomplete Bids, erasures, or irregularities of any kind. Mistakes shall be lined through and the correct amount written above and initialed by the authorized agent of the Bidder.

c.

Bids shall be accompanied by a cashier's or a certified check or Bidder's admitted corporate surety bond, in an amount not less that ten percent (10%) of the bid, made payable to the City of Redlands. Said check or bond shall be given as a guarantee that the Bidder will enter into a contract if awarded the work, and in case of refusal or failure to enter into said Contract, within fourteen (14) days after Notice of Award by the City in writing, the security shall be applied by the City to the difference between such bid and next lowest bid acceptable and surplus, if any, shall be returned to Bidder if cash or check is used, or to Surety if bid bond is used.

d.

Before submitting a bid, Bidders shall carefully examine the Plans; read the Specifications; read all other Contract documents; shall visit the site of the work; shall fully inform themselves as to all existing conditions and limitations; and include in the bid a sum to cover the cost of all items included in the Contract. No allowance will be made due to lack of examination or knowledge. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered as to character, quality, and scope of work to be performed; the quantities of materials to be furnished; and as to the requirements of the Bid Proposal, plans and specifications.

BD 1

e.

Pursuant to Labor Code section 1770 et seq., the successful bidder shall pay not less than the prevailing rate of per diem wage as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are available at http://www.dir.ca.gov/OPRL/PWD/. Copies of the prevailing wage determination are also on file at the City of Redlands and shall be made available to any interested party on request.

f.

The bid must be submitted on or before the date and time specified in the Notice Inviting Sealed Proposals (Bids). The bid shall be submitted in a sealed envelope marked in the lower left corner as follows: BID FOR:

g.

2.

REDLANDS TV BROADCAST SYSTEM UPGRADE AND REPLACEMENT

Bids will be opened and publicly read aloud at the time set in the Notice Inviting Sealed Proposals (Bids), in the Office of the City Clerk, Civic Center, 35 Cajon Street, Suite 4, Redlands, California.

AGREEMENT AND BONDS: The form of Contract which the successful Bidder, as Contractor, will be required to execute is included in the Contract Documents (CD) of these specifications and should be carefully examined by the Bidder. The Agreement, admitted Corporate Surety Bonds and other documents to be executed by the Contractor shall be executed in original-duplicates stamped according to law, one of which original-duplicates shall be filed with the City Clerk of the City of Redlands. The successful Bidder, simultaneously with the execution of the Agreement, will be required to furnish a faithful performance bond and a labor and material bond, in an amount equal to one hundred percent (100%) of the Contract price. Said bonds shall provide that if the Contractor or their Subcontractor fails to pay for any materials, provision, provender or other supplies or items used in, upon, for or about the performance of the work contracted to be done, or for any work of labor thereon of any kind, or for amounts due under the Unemployment Insurance Act or Workman's Compensation, with respect to such work or labor, that the surety or sureties will pay for the same. The amount shall not exceed the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee to be fixed by the court. All bonds shall be secured from surety companies satisfactory to the City of Redlands and whose name is on file with the County Clerk of San Bernardino County, as an approved and financially sound surety company authorized to transact business in this state.

3.

WITHDRAWAL OF BIDS: a.

Any Bidder may withdraw his Bid, only by written request, at any time prior to the scheduled time for Bid Opening.

b.

No Bidder may withdraw his Bid for a period of sixty (60) days after the time of Bid Opening.

BD 2

4.

INSURANCE AND HOLD HARMLESS REQUIREMENTS: Before entering into a Contract, the Bidder to whom the Contract has been awarded shall furnish satisfactory evidence that they have secured full Worker's Compensation Insurance and Comprehensive General Public Liability Insurance from a responsible insurance company authorized to do business in California and satisfactory to the City, and such insurance shall be maintained in full force and effect at the Contractor's own expense during the life of the Contract. Contractor shall furnish the City with the customary Certificates of Insurance for both Workman's Compensation and Comprehensive General Liability Insurance in accordance with the requirements listed below. General Liability Insurance shall name the City and the Consultant, as an additional insured and shall be primary and non-contributing to any insurance or self-insurance maintained by the City. All liability insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the City shall be notified by registered mail, return receipt requested, giving sufficient time before the date thereof to comply with any applicable law or statute, but in no event less than forty five (45) days before expiration or cancellation is effective. The coverage shall provide the following minimum limits and language as follows: A.

Worker’s Compensation and Employer’s Liability Contractor shall have worker’s compensation and employer’s liability insurance in force throughout the duration of the contract in an amount which meets the statutory requirement with an insurance carrier acceptable to the City. The insurance policy shall include a provision prohibiting cancellation of said policy except upon forty five (45) days prior written notice to City. Certificates of Insurance shall be delivered to City within fifteen (15) days of execution of the agreement.

B.

Contractor expressly waives all rights to subrogation against the City, its officers, employees and volunteers for losses arising from work performed by Contractor for City by expressly waiving Contractor’s immunity for injuries to Contractor’s employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this Agreement extend to any claim brought by or on behalf of any employee of Contractor. This waiver is mutually negotiated by the parties. This shall not apply to any damage resulting from the sole negligence of City, its agents and employees. To the extent any of the damages referenced herein were caused by or resulted from the concurrent negligence of City, its agents or employees, the obligations provided herein to indemnify, defend and hold harmless are valid and enforceable only to the extent of the negligence of contractor, its officers, agents and employees.

C.

Comprehensive General Liability Insurance. Contractor shall secure and maintain in force throughout the duration of the contract comprehensive general Liability insurance covering all work under this Agreement, including work done by subcontractors, with carriers acceptable to the City. Minimum coverages of one million dollars ($1,000,000) per occurrence and three million dollars ($3,000,000) aggregate for public liability, property damage, death and bodily injury is required.

BD 3

The City and the Consultant shall be named as an additional insured and the insurance policy shall include a provision prohibiting cancellation of said policy except upon forty five (45) days prior written notice to the City. D.

Subcontractors. The prime contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements from each subcontractor. The Contractor shall not assign or sublet the contract, in whole or in part, without the written consent of the City, nor shall the contractor assign any monies due to, or to become due to, Contractor hereunder without prior written consent of the City. The Contractor shall be fully responsible to the City for the acts and omissions of the subcontractor and persons either directly or indirectly employed by the Contractor. Consent to subcontracting part of the work shall, in no way, release the Contractor from responsibility for performance of the work, and Contractor will be held, in all respects, accountable for the same as if no consent had been given. The Contractor shall give personal attention to this work which is sublet. Nothing contained in the contract documents shall create any contractual relation between any subcontractor and the City.

E.

Business Auto Liability Insurance. Contractor shall carry business auto liability coverage, with minimum limits of one million dollars ($1,000,000) per occurrence, combined single limit for bodily injury liability and property damage liability. This coverage shall include all Contractor owned vehicles used on the Agreement, hired and non-owned vehicles, and employee non-ownership vehicles.

F.

Builders All Risk Insurance. Contractor shall purchase and maintain property insurance coverage for the Work at the site in the amount of the full replacement cost thereof. This insurance shall: 1) Include the interests of the City, Contractor, subcontractors and consultants, each of whom is deemed to have an insurable interest and shall be listed as a named insured; 2) Be written on a Builder’s Risk “all-risk” or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, Work in transit including ocean transit, and Work in storage at the project site or at another location acceptable to the City, and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of laws and regulations, water and damage, and damage caused by frost and freezing.

G.

Hold Harmless and Indemnification. Contractor shall indemnify, hold harmless and defend City and its elected officials, agents and employees and the Consultant from and against any and all claims, losses or liability, including attorney’s fees, arising from injury or death to persons or damage to property occasioned by any act,

BD 4

omission or failure to act of Contractor, its subcontractors, and any officers, agents and employees in performing the work required by this Agreement. Contractor’s obligations under this provision shall not be limited in any way by any terms of this Agreement, or the insurance limits. 5.

LICENSES AND PERMITS: No bid will be accepted from a Contractor who is not licensed in accordance with the law under the provisions of Division III, Chapter 9 of the Business and Professions Code of the State of California. The Contractor shall, at the time of bid opening, possess a valid “Class C7” Contractor's license, and provide its California State Contractor’s License number to the City. The Contractor shall, prior to Notice to Proceed, procure all other permits and licenses as stipulated in the GENERAL CONDITIONS. In addition, no contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015 or awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. Contractors shall submit proof of registration status with their bid submission to the City of Redlands. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

6.

SUBSTITUTION OF SECURITIES: In accordance with applicable provisions of State law, the Contractor will be permitted to substitute qualified securities in lieu of retention of withheld progress payments by the Owner.

7.

SUBCONTRACTORS: Pursuant to Section 4110 and 4111 of the California Public Contract Code, the bidder may not circumvent the requirement to list subcontractors by the device of listing one subcontractor, who in turn sublets portions constituting a majority of the work covered by the contract.” A. Pursuant to California Government Code section 4106, subcontractors who will perform work or labor or render services in an amount in excess of one-half of one percent of the Contractor’s total bid shall be set forth in a list of subcontractors within the bid documents. Such list shall be accompanied by an experienced statement with pertinent information regarding similar projects and other evidence of qualifications for each such subcontractor, supplier, individual, or entity if requested by City. If City or project manager, after doing an investigation, has reasonable objection to any proposed subcontractor, supplier, individual, or entity, City may, before the notice of award is given, request the apparent successful bidder to submit a substitute, without an increase in the bid.

BD 5

B. If the apparent successful bidder declines to make any such substitution, City may award the contract to the next lowest bidder that proposes to use acceptable subcontractors, suppliers, individuals, or entities declining to make the request and substitutions will not constitute grounds for forfeiture of the bid security of any bidder. Any subcontractor, supplier, individual or entity so listed and against which City makes no written objection prior to the giving of the notice of award will be deemed successful by City subject to verification of such assessments after the effective date of the agreement as provided herein. 8.

NON DEBARRED CONTRACTORS AND SUBCONTRACTORS The Contractor and all of its subcontractors shall, at the time of bid opening and for performance of this public works contract, be non-debarred contractors and not be ineligible Contractors pursuant to Public Contract Code section 6109 and Labor Code sections 1777.1 and 1777.7.

9.

LABOR LAW REQUIREMENTS Prior to the start of construction, the Contractor and each subcontractor shall submit to the City an executed Checklist of Labor Law Requirements, included within Appendix A, certifying that each Contractor and Subcontractor will comply with the foregoing Labor Law Requirements; and fully understands that failure to comply with these requirements will subject it to the penalties cited herein. By submitting a bid, the prime contractor and subcontractors involved in this project assure that they intend to comply with the labor law requirements noted within Appendix A, fully understanding that failure to comply may subject them to penalties as noted.

BD 6

PROPOSAL TO: THE CITY OF REDLANDS, SAN BERNARDINO COUNTY, CALIFORNIA herein called the “City”. Pursuant to and in compliance with your Notice Inviting Bids, and the other documents relating thereto, the undersigned Bidder, having familiarized themselves with the terms of the Contract, the local conditions affecting the performance of the Contract and the cost of the work at the place where the work is to be done, and with the plans thereto, hereby proposes and agrees to perform within the time stipulated, the Contract, including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, materials, tools, equipment and all utility and transportation services necessary to perform the contract, and complete in a workmanlike manner, all of the work covered by the contract in connection with the City’s Project identified as REDLANDS TV BROADCAST SYSTEM UPGRADE AND REPLACEMENT NOTE: Bidders must bid each item in this schedule. All entries in the entire PROPOSAL must be made clearly and in ink. Mistakes shall be lined through and the correct amount written above and initialed by the authorized agent of the Bidder. _______________________________________________________________________________

BD 7

REDLANDS TV BROADCAST SYSTEM UPGRADE AND REPLACEMENT BID SCHEDULE Item No.

1

2

3

4

5

6

7

8

Brief Description

Estimated Quantity

Unit Price (If Applicable)

Total Price in Figures

Labor, materials, supplies, cabling and equipment to furnish, install, test & commission 46’’ LED TV – Samsung ED46D or equivalent

1

Each

$_________________________

Labor, materials, supplies, cabling and equipment to furnish, install, test & commission 27’’ display – Dell E2715H or equivalent

1

Each

$_________________________

1

Each

$_________________________

1

Each

$_________________________

1

Each

$_________________________

1

Each

$_________________________

1

Each

$_________________________

1

Lump Sum

$_________________________

Labor, materials, supplies, cabling and equipment to furnish, install, test & commission 27’’ touch monitor – Dell P2714T or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Production Switcher – Broadcast Pix Mica 1000 or equivalent Labor, materials, supplies, cabling and equipment to furnish Production Switcher Extended Warranty – Broadcast Pix or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Keyboard – Broadcast Pix Fluent Keyboard or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Power Supply – broadcast Pix Redundant Power Supply or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Broadcast Pix or equivalent system Commissioning per operational requirements

BD 8

Item No.

9

10

11

12

13

14

15

16

Brief Description

Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Camera Control – Broadcast Pix Camera Control Board or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission HD Camera – Panasonic AW-HE60S or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission HD Camera Mount - Panasonic or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Signal Scope – Black Magic Smart Scope Duo or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Audio Monitor – Black Magic Audio Monitor or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Standards Converter – Black Magic Teranex Standards Converter 2D or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Reference Generator, 6 Output – Black Magic Mini Reference Converter or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Relocking Distribution Amplifier – Aja HD10DA or equivalent

Estimated Quantity

Unit Price (If Applicable)

Total Price in Figures

1

Each

$_________________________

4

Each

$_________________________

4

Each

$_________________________

1

Each

$_________________________

1

Each

$_________________________

1

Each

$_________________________

1

Each

$_________________________

1

Each

$_________________________

BD 9

Item No.

17

18

19

20

21

22

23

24

Brief Description

Labor, materials, supplies, cabling and equipment to furnish, install, test & commission SDI to Analog Converter – Black Magic SDI TO ANALOG 4K or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Analog to SDI Converter – Black Magic ANALOG TO SD or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission 12x12 HD/SDI Matrix Switcher – Black Magic Smart Video Hub 12x12 or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission DVD Player – Pioneer DVD PRO V8000 or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Video/Audio Distribution Amplifier – Extron MDA 3AV or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Custom Wall Plate – to be specified by contractor Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Custom Rack Patch Panel – to be specified by contractor Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Microphone to Line Level Preamplifier – RDL STM3 or equivalent

Estimated Quantity

Unit Price (If Applicable)

Total Price in Figures

2

Each

$_________________________

5

Each

$_________________________

1

Each

$_________________________

1

Each

$_________________________

1

Each

$_________________________

1

Each

$_________________________

1

Each

$_________________________

2

Each

$_________________________

BD 10

Item No.

Estimated Quantity

Unit Price (If Applicable)

Total Price in Figures

1

Lump Sum

$_________________________

1

Each

$_________________________

1

Each

$_________________________

28

Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Power Strip Middle Atlantic or equivalent

4

Each

$_________________________

29

As-Builts Design Drawings of the complete Broadcast System, postimplementation with Signal Flow drawing

1

Each

$_________________________

30

Onsite training on Broadcast Pix or equivalent system for two (2) staff minimum

1

Lump Sum

$_________________________

25

26

27

Brief Description

Labor, materials, supplies, cabling and equipment to furnish, install, test & commission All required miscellaneous cables, connectors and materials Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Managed 24port PoE Network Switch – Cisco WS-C2960S-24PS-L or equivalent Labor, materials, supplies, cabling and equipment to furnish, install, test & commission Lockable Wall Box – FSR WB-3G-C or equivalent

BID PROPOSAL TOTAL

$_______________________________

BD 11

BID SUMMARY

Total (in figures)

Bid Total: (Transfer from BD 11)

$

Last Minute Additions/Deductions* for Bid Item No.

(specify No.)

$ Bid Total plus all Last Minute Additions/Deductions noted prior to this sum:

$ (written in words)

*

Provision is made here for the Bidder to include an addition or deduction in its bid, if it wishes, to reflect any last-minute adjustments in prices. The addition or deduction, if made, will be proportionately applied to the Progress Payments total for the respective item in the Schedule of Prices, the amount being added or deducted for each monthly payment. The unit prices entered in the Schedule of Prices will not be affected. LOW BID DETERMINATION: The low bid will be determined pursuant to Public Contract Code Section 20103.8 as the lowest bid price on the Bid Total of the Bid Summary Table, including any last minute additions or deductions. A responsible bidder who submits the lowest bid as determined by the above method shall be awarded the contract, if it is awarded, by the City Council of the City of Redlands. Bid bond shall be 10 percent of the Bid Total Price.

BD 12

ADDENDA Receipt of the following addenda is hereby acknowledged and the same is included in the Bid Price: Addendum #1___________

Addendum #2___________

(initials)

Addendum #4___________

(initials)

Addendum #5___________

(initials)

Addendum #7___________

(initials)

Addendum #8___________

(initials)

(initials)

Addendum #3____________ (initials)

Addendum #6____________ (initials)

Addendum #9____________ (initials)

ATTEST: (if Corporation) (Corporation Seal)

___________________________________ Company Name

_____________________________________ Signature

____________________________________ Address

_____________________________________ Name

____________________________________ City, State, Zip

_____________________________________ Title

BD 13

BID CERTIFICATION The undersigned certifies that they are familiar with the various State and local laws affecting labor, length of working days, employer's liabilities, Sunday work, alien labor, domestic materials, Subcontractors, etc. It is understood and agreed that the work under the contract will be commenced by the undersigned Bidder, if awarded the contract, within ten (10) calendar days from the date in the Notice to Proceed and will be completed by the Contractor in the time set forth in the CONTRACT. Enclosed find Bidders bond or certified or cashier's check No. _________________ on the __________________________________ Bank, in the amount of ______________________ _______________________ which is not less than ten percent (10%) of the Bid submitted by the undersigned, made payable to the City of Redlands, California and which is given as a guarantee that the Bidder agrees that in case of their default in executing said contract with necessary bonds, the bond or check accompanying this Bid and the money made payable shall become and remain the property of the City of Redlands. It is understood and agreed that the City of Redlands has the right to waive defects or irregularities and to accept or reject any or all Bids. No Bidder may withdraw their Bid for a period of sixty (60) days after the time of the Bid Opening except as allowed by the California Public Contract Code. The following information, required by State law under penalty of perjury, is true and correct. Failure to complete this information renders the bid non-responsive, and the bid must be rejected.

____________________________________ Company Name

_______________________________________ Signature

____________________________________ Address

_______________________________________ Signatory's Title

____________________________________ City, State, Zip

_______________________________________ State License Number and Class

____________________________________ Telephone Number

_______________________________________ License Expiration Date

Dated this ________________ day of ___________________, 20_____.

BD 14

BID BOND KNOW ALL PERSONS BY THESE PRESENTS, That ______________________________________________________________ as Principal, and ______________________________________ as Surety, are held and firmly bound unto the City of Redlands, hereinafter called City, in the sum of ______________________________________ dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to said City to perform all work required under the City's Project Redlands TV – Broadcast System Upgrade and Replacement. NOW, THEREFORE, if said Principal is awarded a contract by said City and, within the time and in the manner required under the heading "Instructions to Bidders" bound with said Specifications, enters into a written contract on the form of agreement bound with said Specifications and furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials; then this obligations shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said City and Judgment is recovered, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this _________ day of _____________________________, 20____.

______________________________(SEAL) (Principal)

_______________________________(SEAL) (Surety)

By:_________________________________ (Signature)

By:__________________________________ (Signature) Address:______________________________ _____________________________________ Telephone (___)________________________

(Seal and Notarial Acknowledgment of Surety)

BD 15

STATEMENT BY BIDDER NON-COLLUSION AFFIDAVIT STATE OF

) ) ss )

COUNTY OF

, being first duly sworn, deposes and says that he is (Sole Owner, a Partner, President, Secretary, etc.) of (Contractor) the party making the foregoing bid on City Project for Redlands TV – Broadcast System Upgrade and Replacement that such bid is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or of any other Bidder or to fix any overhead, profit, or cost element of the bid price or of that of another bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed contract; that all statements contained in such bid are true; and further, that the Bidder has not directly or indirectly, submitted his bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. By:

______________________________

Subscribed and sworn to before me this

Title: ________________________________ day of __________________________, 20

.

Signature of Officer Administering Oath (Notary Public)

BD 16

STATEMENT BY BIDDER OFFICERS OF CORPORATION (Members of Firm) The names of all persons interested in the foregoing proposals as principals, are as follows: (IMPORTANT NOTICE - if Bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer and manager thereof; if a copartnership, state true name of firm, also names of all individual co-partners composing firm; if Bidder or other interested person is an individual, state first and last names in full). _____________________________________

_____________________________________

_____________________________________

_____________________________________

_____________________________________

_____________________________________

Licensed in accordance with an act providing for the Registration of Contractors, License No. ______________________________________. Signature of Bidder

Dated

NOTE: If Bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer(s) authorized to sign contracts on behalf of the corporation; if Bidder is a co-partnership, the true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign contracts in behalf of the co-partnership, and if the Bidder is an individual, that signature shall be placed above.

BD 17

STATEMENT BY BIDDER SUB-CONTRACTORS LIST Bidder supplies the following information for any Subcontractor who will perform work or labor or render services to the prime contactor, etc. to be used on City’s Project for Redlands TV – Broadcast System Upgrade and Replacement, all in accordance with Section 4104 of the California Public Contract Code.

LICENSED SUBCONTRACTOR’S NAME AND BUSINESS ADDRESS

LICENSE #

SPECIFIC DESCRIPTION OF SUBCONTRACT & BID ITEM #

  

% OF BID ITEM TO BE PERFORMED

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

  

 

 

 

 

BD 18

STATEMENT BY BIDDER QUALIFICATION AND EXPERIENCE STATEMENT The following outline is a record of the undersigned Bidder's experience in administration of three (3) projects of a type similar in magnitude and character to that contemplated under City’s Project for Redlands TV – Broadcast System Upgrade and Replacement within the past two years. Include the location of each project as well as the name, address, and phone number of the owner, and name of individual to contact. Subcontractors performing in excess of one half of one percent of the prime Contractor’s total bid, or in the construction of streets or highways, one half of one percent of the prime contractor’s total bid or ten thousand dollars ($10,000), whichever is greater shall provide a similar outline. Additional pages outlining this portion of the Bid may be attached. Failure to provide this statement may result in rejection of the bid by the City of Redlands. 1.

Owner's Name: Contact Person:

Phone: (

)

Address of Owner: Project Description:

Amount of Contract: 2.

Completion Date:

Owner's Name: Contact Person:

Phone: (

)

Address of Owner: Project Description:

Amount of Contract: 3.

Completion Date:

Owner's Name: Contact Person:

Phone: (

Address of Owner: Project Description:

BD 19

)

STATEMENT BY BIDDER GENERAL INFORMATION 1.

Bidder's Mailing Address

2. Number of years engaged in the contracting business under your present firm or trade name:

3.

Have you ever failed to complete any work awarded to you? (Yes or No) provide details in the space provided in Item 10.

4.

Have you ever defaulted on a contract? (Yes or No) space provided in Item 10.

5.

Have you ever been a party to a lawsuit or gone to arbitration during the last 5 years? (Yes or No) . If yes, provide details in the space provided in Item 10.

6.

Has any Stop Notice been filed against you during the last 5 years? (Yes or No) provide details in the space provided in Item 10.

7.

Has your contractor's license ever been suspended, revoked, or subject to disciplinary action? (Yes or No) . If yes, provide details in the space provided in Item 10.

8.

Contracts currently on hand: Agency Name Amount of Contract

9.

. If yes,

. If yes, provide details in the

Start Date

. If yes,

Completion Date

Enter the name of person(s) who inspected the site of the proposed work for your firm and the date of said site inspection. Name: Date:

BD 20

10. In the space provided, the Bidder shall provide details concerning any "Yes" answers provided in this "General Information" section. Details shall include, but not be limited to, the nature of dispute, name of the agency involved and the final outcome. If requested by the City, the Bidder shall supply additional information, sufficiently detailed, to permit evaluation of the Bidder's ability to perform the work. Question Number

_____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________

Details

_______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________

BD 21

THIS PAGE INTENTIONALLY LEFT BLANK

BD 22

CONTRACT DOCUMENTS (CD)

THIS PAGE INTENTIONALLY LEFT BLANK

PUBLIC WORKS CONSTRUCTION CONTRACT This Public Works Construction contract (“Contract”) made and entered into this _____ day of ____________, 2015, by and between the City of Redlands, a municipal corporation organized and existing under the laws of the State of California, (hereinafter "City”), and ______________ _______________ (hereinafter "Contractor"). City and Contractor are sometimes individually referred to herein as a “Party” and, together, as the “Parties.” In consideration of the mutual promises contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK: Contractor shall furnish all materials and perform all of the work for the following: Redlands TV – Broadcast System Upgrade and Replacement, complete all items as required by the Contract Documents (as herein defined) and Specifications for City’s Project for Redlands TV – Broadcast System Upgrade and Replacement. 2. THE CONTRACT SUM: City shall pay Contractor the sum of $_________________ as consideration for its performance of the Work in accordance with the terms and conditions set forth in the Contract Documents. Pursuant to Public Contract Code Section 22300, Contractor has the option to deposit securities with an escrow agent as a substitute for retention of earnings requirement to be withheld by City pursuant to an escrow agreement as set forth in the Public Contract Code Section 22300. 3. TIME FOR COMPLETION: The Work shall be completed within 30 calendar days from and after the date of the delivery to Contractor of a written Notice to Proceed by City. 4. LIQUIDATED DAMAGES: Contractor’s failure to complete the work within the time allowed will result in damages being sustained by City. Such damages are, and will continue to be, impracticable and extremely difficult to determine. Accordingly, Contractor shall pay to City, or have withheld from monies due to Contractor, the sum of one thousand dollars ($1000) for each consecutive calendar day in excess of the specified time for completion of Work. Execution of the Contract shall constitute agreement by City and Contractor that one thousand dollars ($1000) per day is the estimated damage to City caused by the failure of the Contractor to complete the Work within the allowed time. Such sum is for liquidated damages and shall not be construed as a penalty, and may be deducted from payments due Contractor if such delay occurs. 5. CONTRACT DOCUMENTS: This Contract includes all of the Contract documents set forth herein, to wit; Notice Inviting Bids, Instructions to Bidders, Contractor’s Proposal, Bid Bond, Agreement, Performance Bond, Labor and Material Bond, Plans, General Conditions, and Technical Specifications, and any addenda thereto. 6. ATTORNEYS' FEES: In the event any legal action is commenced to enforce or interpret the terms or conditions of the Contract documents, the prevailing Party in such action, in

CD 1

addition to any costs and other relief, shall be entitled to recover its reasonable attorneys' fees, including fees for use of in-house counsel by a Party. 7. RESOLUTION OF CONSTRUCTION CLAIMS: Claims by Contractor in the amount of $375,000 or less shall be made by Contractor and processed by the City pursuant to the provisions of Part 3, Chapter 1, Article 1.5 of the Public Contract Code (commencing with Section 20104). All claims shall be in writing and include the documents necessary to substantiate the claim. Nothing in subdivision (a) of Public Contract Code Section 20104.2 shall extend the time limit or supersede the notice requirements provided in this case from filing claims by Contractor. 8. ELIGIBILITY OF CONTRACTOR/SUBCONTRACTOR: Contractor and all of its subcontractors shall abide by California Public Contract Code, Section 6109, and California Labor Code Sections 1777.1 and/or 1777.7, and certify that they are not debarred and are eligible to work on this project. 9. ASSIGNMENT OF AGREEMENT: No assignment by a Party of any rights or interests under this Contract shall be binding on another Party without the written consent of the Party sought to be bound. 10. SUCCESSORS AND ASSIGNS: City and Contractor each binds itself and their respective successors and assigns in respect to all covenants, agreements, and obligations contained in the Contract Documents. 11. SEVERABILITY: Any provision or part of the Contract documents held to be void or unenforceable under any law or regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor.

CD 2

IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

(SEAL)

City of Redlands (Owner)

By:____________________________________ Mayor, City of Redlands, County of San Bernardino, California ATTEST: ____________________________________ City Clerk, City of Redlands County of San Bernardino, California

(SEAL)

__________________________________________ Name of Contractor

By:_______________________________________ Signature of Authorized Agent __________________________________________ Title __________________________________________ Signature of Authorized Agent (if necessary) __________________________________________ Title __________________________________________ Contractor's License No.

CD 3

WORKER'S COMPENSATION INSURANCE CERTIFICATION City of Redlands Department of Innovation and Technology REDLANDS TV BROADCAST SYSTEM UPGRADE AND REPLACEMENT

Description of Contract:

Labor Code, Section 3700, provides, in part that: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a)

By being insured against liability to pay compensation in one or more insurer duly authorized to write compensation insurance in this State.

(b)

By securing from the Director of Industrial Relations a certificate of consent to self-insure, either as an individual employer, or as one employer in a group of employers which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his or her employees.

I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract. (Labor Code section 1861)

Dated this

day of

, 2015.

_____________________________________ (Contractor) _____________________________________ (Signature) _____________________________________ (Official Title) (SEAL) (Labor Code Section 1861 provides that the above certificate must be signed and filed by the Contractor with the Owner prior to performing the work of the contract.)

CD 4

FAITHFUL PERFORMANCE BOND Whereas, the City Council of the City of Redlands, State of California, and (hereinafter designated as “Principal”) have entered into an agreement whereby Principal agrees to install and complete certain designated public improvements, which said agreement, dated , 2015, and identified as City’s Project for Redlands TV – Broadcast System Upgrade and Replacement, is hereby referred to and made a part hereof; and Whereas, said Principal is required under the terms of the Agreement to furnish a bond for the faithful performance of the Agreement, now, therefore, we, the Principal and,__________ as Surety, are held and firmly bound unto the City in the penal sum of _____________________________________ Dollars ($_____________) lawful money of the United States, for the payment of which sum we bind ourselves, and out heirs, successors, executors and administrators, jointly and severally, firmly by these presents. The condition of this obligation is such that if the above bounded Principal, his or hers heirs, executors, administrator, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and provisions in the Agreement and any alteration thereof made as therein provided, or his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall faithfully fulfill the one-year guarantee of all materials and workmanship, and shall defend, indemnify and save harmless the City, its elected officials, officers, agents and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorneys’ fees incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. As a condition precedent to the satisfactory completion of the Agreement, the above obligation shall hold good for a period of one (1) year or longer if required by the Agreement after the acceptance of the work by the City, during which time if the Principal shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage made evident during this period from the date of completion of the Work, and resulting from or caused by defective materials or faulty workmanship, the above obligation in penal sum thereof shall remain in full force and effect. The obligations of Surety hereunder shall continue so long as any obligation of the Principal remains. Whenever the Principal shall be, and is declared by the City to be, in default under the Agreement, the City having performed the City obligations thereunder, the Surety shall promptly remedy the default, or shall promptly, at the City’s option: 1. Complete the Agreement in accordance with its terms and conditions; or 2. Obtain a bid or bids for completing the Agreement in accordance with its terms and conditions, and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a contract between such bidder and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Work less the balance of the Agreement price, but not exceeding, including other costs and damages for which Surety may be liable hereunder, the amount set forth above. The term “balance of the Agreement price,” as used in this paragraph,

CD 5

shall mean the total amount payable to the Principal by the City under the Agreement and any modifications thereto, less the amount previously properly paid by the City to the Principal. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Principal. Surety shall not utilize the Principal in completing the Agreement nor shall Surety accept a bid from the Principal for completion of the Work if the City, when declaring the Principal in default, notifies Surety of the City’s objection to the Principal’s further participation in the completion of the Work. No right of action shall accrue on the bond to or for the use of any person or corporation other than the City named herein or the successors or assigns of the City. Any suit under this bond must be instituted within the applicable statute of limitations period. The surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the agreement or to the work to be performed thereunder or the Specifications accompanying the same shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the agreement or to the work or to the specifications. No final settlement between the City and the Principal shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. The Principal and Surety agree that if the City is required to engage the services of any attorney in connection with the enforcement of this bond, each shall pay the City’s reasonable attorneys’ fees incurred, with or without suit, in addition to the above sum. In witness whereof, this instrument has been duly executed by the Principal and surety above named, on _______________________2015. (SEAL) (SEAL) (Contractor)

(Surety) BY:

(Signature)

(Seal and Notarial Acknowledgment of Surety)

(Signature) Address:___________________________________ __________________________________________ Telephone ( )___________________________

CD 6

LABOR AND MATERIAL BOND Whereas, the City Council of the City of Redlands, State of California, and (hereinafter designated as “Principal”) have entered into an agreement whereby Principal agrees to install and complete certain designated public improvements, which said agreement, dated 2015, and identified as City’s Project for Redlands TV – Broadcast System Upgrade and Replacement is hereby referred to and made a part hereof; and Whereas, under the terms of said agreement, Principal is required before entering upon the performance of the work, to file a good and sufficient payment bond with the City of Redlands to secure the claims to which reference is made in Title 3 (commencing with Section 9550) of Part 6 of Division 4 of the Civil Code of the State of California. Now, therefore, said Principal and the undersigned as corporate surety, are held firmly bound unto the City of Redlands and all contractors, subcontractors, laborers, material men and other persons employed in the performance of the aforesaid agreement and referred to in the aforesaid Code of Civil Procedure in the sum of Dollars ($ ) for materials furnished or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, that said surety will pay the same in an amount not exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses and fees, including reasonable attorney’s fees, incurred by the City of Redlands in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs and to be included in the judgment therein rendered. It is hereby expressly stipulated and agreed that this bond shall insure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 3 (commencing with Section 9550) of Part 6 of Division 4 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of said agreement or the specifications accompanying the same shall in any manner affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition. In witness whereof, this instrument has been duly executed by the Principal and surety above named, on _______________________2015. (SEAL)

(SEAL)

(Contractor)

(Surety) BY:

(Signature)

(Seal and Notarial Acknowledgment of Surety)

(Signature) Address:___________________________________ __________________________________________ Telephone ( )___________________________

CD 7

GENERAL CONDITIONS

THIS PAGE INTENTIONALLY LEFT BLANK GENERAL CONDITIONS Part 1, General Provisions of the Standard Specifications for Public Works Constructions, 2012 Edition, together with supplements as published by Building News, Inc., 990 Park Center Drive, Suite E, Vista, CA 92081 and as modified herein are the General Conditions of these specifications. The modifications set forth below are made to the General Provisions of the Standard Specifications. For convenience, the section and subsection numbering system used in these modifications correspond to those used in the Standard Specifications. Unless specifically deleted or modified herein, all requirements of the Standard Specifications shall prevail. SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS Section 1 is amended as follows: 1-2 DEFINITIONS Accepted Bid - The Bid or Proposal accepted by the City Council of the City of Redlands. Agency, Owner or City - The City of Redlands, San Bernardino County, California. Special Provisions - Provisions designated as such which deal with the technical aspects of the work rather than with the administrative aspects. SECTION 2 – SCOPE AND CONTROL OF THE WORK Section 2 is amended as follows: 2-4 CONTRACT BONDS. - Add the following sentence to paragraph 1: The warranty provisions set forth in Section 7-18 shall be secured by the Contract Performance Bond required under this section and said Bond shall remain in full force and effect for a period of one year from the date of completion as specified in the Notice of Completion. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. - Add the following paragraphs: Contractor’s working drawings or plans for any structure not included in the plans shall be approved by the City’s Designee before any work is performed. It is mutually agreed that approval by the City’s Designee of the Contractor’s working plans does not relieve the Contractor of any responsibility for accuracy of dimensions and details, and that the Contractor shall be responsible for agreement and conformity of their working plans with the approved plans and specifications.

GC 1

Should it appear that the work to be done or any matter thereto is not sufficiently detailed or explained by the plans and specification, the Contractor shall apply to the City’s Designee for such further explanation as may be necessary and shall conform to such explanation or interpretation as part of the Contract so far as may be consistent with the intent of the original plans and specifications. 2-5.1.1 Preconstruction Meeting. The Contractor to whom the contract is awarded, and all his major subcontractors, shall attend a pre-construction meeting. The time and location of said meeting will be set by the City. Contractor will be given adequate notice of such meeting. It shall be the Contractor's responsibility to notify his subcontractors of the time and location of the meeting. All submittals as required under the General Requirements shall be submitted by the Contractor at the time of the meeting. The Contractor will be provided three (3) copies of the plans and specifications for their use throughout the project. Additional copies may be obtained through the Department at the cost of reproduction. Progress meetings will be scheduled by the City. The Contractor will be given at least five working days’ notice of the time and location of said meetings. The Contractor has the responsibility of notifying his subcontractors, suppliers, and fabricators of the time and location of said meetings. Meetings will be held either at the job site, at the offices of the City of Redlands, or at any other location approved by the City. The Contractor may request, in writing, that a meeting be held. The City will schedule a meeting at the Contractor’s request not more than five working days after receiving said written notice. 2-5.2 Precedence of Contract Documents. Replace paragraph 2 with the following: The precedence shall be (A. being highest, N. being lowest): A. B. C. D. E. F. G. H. I. J.

Permits from other Agencies as may be required by law. Change Orders. Addenda. Agreement. General Requirements. Technical Specifications. Construction Drawings. General Conditions. Standard Specifications for Public Works Construction (SSPWC), 2012 Edition. Reference Specifications.

SECTION 3 - CHANGES IN WORK Section 3 is amended as follows: 3-3.2.2 Basis for Establishing Costs.

GC 2

(c) Tool and Equipment Rental. Regardless of ownership, the rates to be used in determining equipment rental costs shall not exceed rates prevailing locally at equipment rental agencies, or distributors, at the time the work is performed. If required by the Engineer, the Contractor shall provide equipment rental rates from two local rental agencies showing the rental rates for the equipment used. If the rates are different, the lower of the two rates will be used to establish cost. If local equipment rental rates are not available for the equipment put on the job, the Engineer, at his discretion, may use (1) rental rates for equipment similar in type, rating and capacity to those used on the job; (2) rental rates available from other localities; or (3) equipment rental rates listed in the Caltrans Labor Surcharge & Equipment Rental Rates (LS&ERR), latest edition. In such case, the LS&ERR shall apply to equipment rental rates only and shall not, in any way, apply to the cost of labor. No labor surcharge will be allowed. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor’s costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other items and expenditures 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor’s actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1 General - Delete and replace with the following: Should any work performed or material furnished under the Contract prove defective or not in accordance with the Plans and Specifications and in the opinion of the City’s Designee such defect is not of sufficient magnitude or importance to make the work dangerous or unusable, or if the removal of such work is impracticable or will create dangerous or undesirable conditions, the City’s Designee at his discretion shall have the right and authority to retain such work instead of requiring it to be removed and reconstructed, but he shall make such deductions therefore in the payment due the Contractor as may be just and reasonable.

GC 3

4-1.10 Warranty of Title. No materials, supplies or equipment for the work under this Contract shall be purchased subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest therein or any part thereof is retained by the seller or supplier. The Contractor warrants clear and good title to all materials supplied and equipment installed and incorporated in the work and agrees, upon completion of all work, to deliver the premises, together with all improvements and appurtenances constructed or placed thereon by him, to the Owner free from any claims, liens, encumbrances or charges, and further agrees that neither he nor any person, firm, or corporation furnishing any material or labor for work covered by the Contract shall have any right to a lien upon the premises or any improvement or appurtenance thereon, provided that this shall not preclude the Contractor from installing metering devices or other equipment of utility companies the title of which is commonly retained by the utility company. Nothing contained in this article, however, shall defeat or impair the right of such persons furnishing materials or labor under any bond given by the Contractor for their protection, or any right under any law permitting such persons to look to funds due the Contractor, which are in the hands of the Owner. 4-1.11 Clayton Act. In submitting a bid to the City, if the bid is accepted the Contractor agrees it will assign to the City all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (chapter 2 [commencing with Section 16700] of Part 2 Division 7 of the Business and Professionals Code), arising from purchases of goods, materials, or services by the Bidder for sale to the City pursuant to the bid. Such assignment shall be made and become effective at the time the City tenders final payment to the Bidder. SECTION 5 - UTILITIES This section is deleted in its entirety. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. 6-1.2 Commencement of the Work. - Amend the second sentence as follows: “The work shall start within 10 days thereafter, and be diligently prosecuted to completion within the Contract Time.” 6-7 TIME OF COMPLETION. 6-7.1 General. - Add the following sentence: The time of completion of the Contract shall be expressed in consecutive calendar days. 6-8.3 Warranty. - Amend the following: Amend the first sentence of the paragraph 3: “The warranty period for specific items covered under manufacturers’ or suppliers’ warranties shall commence from the date of the final acceptance, except where longer warranty periods are specified.”

GC 4

Add the following paragraphs: All start-up and testing shall be complete, approved and accepted before final acceptance, substantial completion, or beneficial occupancy. The warranty provided herein shall not be in lieu of, but shall be in addition to any warranties or other obligations otherwise imposed by the specifications or by law. The remedies provided herein shall not be exclusive and the City shall be entitled to any and all remedies provided by law. 6-9 LIQUIDATED DAMAGES. amended to $1,000 per day.

The value of liquidated damages noted in this section is

6-11 NOTICE AND SERVICE THEREOF. Any notice required or given by one party to the other under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by duly authorized representative of such party. Any such notice shall not be effective for any purpose whatever unless served in the following manner: Notice shall be given to the Contractor by personal delivery thereof to said Contractor or to his authorized representative at the project site, or by deposing the same in the United States Mail enclosed in a sealed envelope addressed to said Contractor at the address established for the conduct of work under this Contract, certified and with postage prepaid. Notice shall be given to the Surety, or any other person, by personal delivery to said Surety or other person, or by depositing the same in the United States Mail, enclosed in a sealed envelope addressed to such Surety or persons at the address of said Surety or persons last communicated by him to the party giving the notice, certified and with postage prepaid. Notice shall be given to the Owner by personal delivery thereof or by depositing the same in the United States Mail enclosed in a sealed envelope, certified and with postage prepaid. The address of record for the owner is: City of Redlands P.O. Box 3005 35 Cajon Street, Suite 222 Redlands, CA 92373 6-12 PUBLIC RECORDS ACT. All documents, Plans, specifications and all other information relating to the conduct of the City’s business, including information submitted by the Contractor, shall become the exclusive property of the City and except as provided by law shall be deemed public records. Said information shall be subject to the provisions of the California Public Records Act (Government Code Sections 6250 et seq.). Under no circumstances will the City be responsible or liable to the Contractor, submitter or any other party for the disclosure of any records or information submitted to the City, regardless of whether such records or information are labeled “Trade Secret”, “Confidential”, or “Proprietary” (or words to similar effect) and regardless of whether the disclosure is required by law or a court GC 5

order or occurs through inadvertence, mistake, or negligence on the part of the City or its officers, employees, and/or Contractors. The City will not advise as to the nature or content of documents entitled to protection from disclosure under the California Public Records Act, including interpretations of the Act or the definition of “Trade Secret”. The submitting party shall be solely responsible for all determinations made under the Act, and where appropriate for clearly and prominently marking each and every page or sheet of information with “Trade Secret”, “Confidential”, or “Proprietary”. Each submitting party is advised to contact its own legal counsel concerning the California Public Records Act and its applicability to the submitting party’s own circumstances. In the event of litigation concerning the disclosure of any information submitted by the submitting party, the City’s sole involvement will be as a stakeholder, retaining the information until otherwise ordered by a court. The submitting party, at its sole expense and risk, shall be responsible for any and all fees and costs for prosecuting or defending any action concerning the information, and shall indemnify and hold the City harmless from all costs and expenses including attorneys’ fees, in connection with such action. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-2 LABOR. - Amend the following: 7-2.1 General. - Add the following paragraphs: Employment of apprentices are required on this project. Provisions in Sections 1777.5 of the California Labor Code fixes responsibility of compliance with that section for all apprenticeable occupations with the Contractor. Section 1777.5 provides that the Contractor and every Subcontractor shall submit contract award information to the applicable joint apprenticeship committee. One apprentice hour for every five journeymen hours worked is the minimum State requirement applicable to each apprenticeable trade. Section 1777.7 of said Labor Code provides that the Contractor shall forfeit as a civil penalty the sum of one hundred dollars ($100.00) for each calendar day of noncompliance with provision of said Section 1777.5. The Contractor will observe all applicable health and safety requirements, including, but not limited to the California and Federal Occupational Safety and Health Acts. The Contractor shall submit for review by the City a Site Specific Health and Safety Plan prior to the commencement of construction activities. This Plan shall meet or exceed the requirements of 29 CFR 1910.120. 7-2.2 Prevailing Wages. - Add the following paragraphs: Contractors are hereby notified that pursuant to Section 1770 of the Labor Code of the State of California, the City Council of the City of Redlands, California, by Resolution No. 2326, has ascertained the general prevailing rate of hourly wages and rates for legal holidays and overtime work in the locality where this work is to be performed, for each craft or type of workman or mechanic needed to execute the Contract which will be awarded to the successful Bidder. The Contractor shall comply with Sections 1770 to 1780 inclusive of the Labor Code and Master Labor Agreement of Southern California.

GC 6

The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full less legally required deductions and also deductions made pursuant to the regulations prescribed under the so-called “Kick- Back Statute” (48 Sta. 948; U.S.C. 875; 40 U.S.C. 276c). In accordance with Section 1775 of the California Labor code, Contractor shall forfeit to City, as a penalty, a minimum of $40 for each day, or portion thereof, and a maximum of $200 for each day, or portion thereof, for each worker paid, either by Contractor, or any subcontractor, less than the prevailing rates as determined by the Director of the California Department of Industrial Relations for the work. Contractor further agrees to fully comply with all applicable provisions of the California Labor Code including but not limited to Sections 1771, 1775, 1776, 1777.5, 1813 and 1815. Failure to abide by prevailing wages and laws by Contractor will be enforced. The Contractor or subcontractor shall, as a penalty, to the State or political subdivision on whose behalf the contract is made or awarded forfeit twenty-five ($25) dollars for each worker employed in the execution of the contract by the respective contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any calendar day and 40 hours in any calendar work in violation of Labor Code section 1813. 7-2.3 Payroll Records. – Delete and replace with the following: The contractor and subcontractors shall submit electronic certified payroll on a weekly basis to the City of Redlands. The payroll records shall set out accurately and completely the name, social security number, classification and hourly wage rate of each employee, hours worked by employee during the payroll period and a full weekly wages and the actual weekly wages paid to the employee. Such certified payroll records shall be made available at all time for inspection by the City, the Department of Industrial Relations, the Department of Labor or authorized representatives within ten days of request. The contractor and subcontractor shall preserve weekly payroll records for a period of three (3) years from the date of completion of the Contract. In case on noncompliance with said Section 1776 and after a ten-day period following receipt of written notice, the Contractor shall forfeit to the California Department of Industrial Relations one hundred dollars ($100.00) for each calendar day or portion thereof, for each worker in non-compliance, until compliance is effectuated. Failure by the Contractor to comply with the aforementioned requirements shall result in withheld progress payments until such time certified payroll documents have been received, reviewed, and accepted by the City. The City reserves the right to seek assistance from the State Department of Industrial Relations in determining the acceptability of certified payroll submittals before release of withheld progress payments. 7-3 LIABILITY INSURANCE. - Delete and replace with the following: Prior to the commencement of any work on the project, the Contractor shall provide to the City certificates evidencing compliance with the insurance requirements. The City and the Consultant shall be named as an additional insured on all required insurance policies. The insurance shall be primary and non-contributing to any insurance or self-insurance maintained by the City. GC 7

Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsement from each subcontractor. All companies affording coverage shall have a minimum "Best" rating of A. The coverage shall provide the following minimum limits: A. Comprehensive General Liability Insurance. Contractor shall secure and maintain in force throughout the duration of the contract comprehensive general Liability insurance covering all work under this Agreement, including work done by subcontractors, with carriers acceptable to the City. Minimum coverages of one million dollars ($1,000,000) per occurrence and three million dollars ($3,000,000) aggregate for public liability, property damage, death and bodily injury is required. The City and the Consultant shall be named as an additional insured and the insurance policy shall include a provision prohibiting cancellation of said policy except upon forty five (45) days prior written notice to the City. B. Business Auto Liability Insurance. Contractor shall carry business auto liability coverage, with minimum limits of one million dollars ($1,000,000) per occurrence, combined single limit for bodily injury liability and property damage liability. This coverage shall include all Contractor owned vehicles used on the Agreement, hired and non-owned vehicles, and employee non-ownership vehicles. C.

Builders All Risk Insurance. Contractor shall purchase and maintain property insurance coverage for the Work at the site in the amount of the full replacement cost thereof. This insurance shall: 1) Include the interests of the City, Contractor, subcontractors and consultants, each of whom is deemed to have an insurable interest and shall be listed as a named insured; 2) Be written on a Builder’s Risk “all-risk” or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, Work in transit including ocean transit, and Work in storage at the project site or at another location acceptable to the City, and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of laws and regulations, water and damage, and damage caused by frost and freezing.

D. Hold Harmless and Indemnification. Contractor shall indemnify, hold harmless and defend City and its elected officials, agents and employees and the Consultant from and against any and all claims, losses or liability, including attorney’s fees, arising from injury or death to persons or damage to property occasioned by any act, omission or failure to act of Contractor, its subcontractors, and any officers, agents and employees in performing the work required by this Agreement. Contractor’s obligations under these provisions shall not be limited in any way by any terms of this Agreement, or the insurance limits. E. Subcontractors. The prime contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements from each subcontractor.

GC 8

The Contractor shall not assign or sublet the contract, in whole or in part, without the written consent of the City, nor shall the contractor assign any monies due to, or to become due to, Contractor hereunder without prior written consent of the City. The Contractor shall be fully responsible to the City for the acts and omissions of the subcontractor and persons either directly or indirectly employed by the Contractor. Consent to subcontracting part of the work shall, in no way, release the Contractor from responsibility for performance of the work, and Contractor will be held, in all respects, accountable for the same as if no consent had been given. The Contractor shall give personal attention to this work which is sublet. Nothing contained in the contract documents shall create any contractual relation between any subcontractor and the City. 7-4 WORKERS’ COMPENSATION INSURANCE. - Delete and replace with the following: A. Contractor shall have worker’s compensation and employer’s liability insurance in force throughout the duration of the contract in an amount which meets the statutory requirement with an insurance carrier acceptable to the City. The insurance policy shall include a provision prohibiting cancellation of said policy except upon forty-five (45) days prior written notice to City. Certificates of Insurance shall be delivered to City within fifteen (15) days of execution of the agreement. B. Contractor expressly waives all rights to subrogation against the City, its officers, employees and volunteers for losses arising from work performed by Contractor for City by expressly waiving Contractor’s immunity for injuries to Contractor’s employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this Agreement extend to any claim brought by or on behalf of any employee of Contractor. This waiver is mutually negotiated by the parties. This shall not apply to any damage resulting from the sole negligence of City, its agents and employees. To the extent any of the damages referenced herein were caused by or resulted from the concurrent negligence of City, its agents or employees, the obligations provided herein to indemnify, defend and hold harmless are valid and enforceable only to the extent of the negligence of contractor, its officers, agents and employees. 7-5 PERMITS. - Amend the following: The Contractor, prior to Notice to Proceed, shall procure all permits and licenses, including but not limited to, City Business License, City Encroachment Permit, Truck Route Permit, Street Betterment Permit, Street Closure Permit, Water System Permit, Sewer System Permit, USA Verification Number, Division of Occupational Safety and Health (DOSH) Excavation Permit, County of San Bernardino Encroachment Permit, Other permits required by agencies having jurisdiction on this project, pay all charges and fees, and give all notices necessary and incidentals to the due and prosecution of the work. The Contractor shall pay all business taxes or license fees that are required for the work.

GC 9

7-15 RESPONSIBILITY FOR DAMAGE. The Contractor agrees to and does hereby indemnify, defend and hold harmless the City, its elected officials and the Consultant and their officers, agents and employees from every claim or demand made, and every liability, loss, damage, or expense of any nature whatsoever, including attorney's fees and costs, which may be incurred by reason of: (a) Liability for damages for (1) death or bodily injury to persons, (2) injury to loss or theft of property, (3) any other loss, damage or expense arising under either (1) or (2) above, sustained by the Contractor or any person, firm or corporation employed by the contractor upon or in connection with the work called for in this agreement, except for the liability resulting from the sole negligence or willful misconduct of the City, its elected officials and their officers, employees and agents who are directly employed by the City and the Consultant; and (b) any injury to or death of persons or damage to property caused by any fault, neglect, default or omission of the Contractor, or any person, firm or corporation employed by the Contractor, either directly or by independent contract, including all damages due to loss or theft, sustained by any person, firm or corporation, including the City, arising out of, or in any way connected with the work covered by this agreement, whether said injury or damage occurs either on or off City property, provided that any of the foregoing (1) is attributable to personal injury, bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself), including the loss of use resulting there from, and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, any supplier, anyone directly or indirectly employed by any of them or anyone for whose act or omissions any of them may be liable, regardless of whether or not caused in part by any act or omission (active, passive, or comparative negligence included, excepting the active negligence of the District) of a party indemnified hereunder. (c) The Contractor, at its own expense, cost, and risk shall defend any and all actions, suits or other proceedings that may be brought or instituted against the City, its elected officials, officers, agents and employees and the Consultant, against any such claim, demand or liability, and shall pay or satisfy any judgment that may be rendered against the City, its elected officials, officers, agents or employees, in any such action, suit or other proceedings as a result thereof. 7-16 NO PERSONAL LIABILITY. Neither the City Council, the Engineer, the Consultant, nor any other officer or authorized assistant or agent shall be personally responsible for any liability arising under the contract. 7-17 CONTRACTOR'S RESPONSIBILITY FOR WORK. Except as provided above, until the formal acceptance of the Work by the City, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the Work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and

GC 10

shall bear the expense thereof, except such injuries or damages occasioned by act of the federal government or the public enemy. The City of Redlands shall not be held responsible for the care or protection of any material or parts of the work prior to final acceptance, except as expressly provided in these specifications. The City shall not be responsible for security of the Contractors equipment or materials at the site. The City will not be responsible for theft or damage to any property or materials of the Contractor. Security for Contractor’s property shall be the responsibility of the Contractor. 7-18 WARRANTY OF WORK. The Contractor shall guarantee the Work against defective materials or workmanship for a period of (1) year from the date of completion date specified in the Notice of Completion, except where longer warranty periods are specifically stated. As specified in Section 2-4 in the GENERAL CONDITIONS, the Performance Bond shall remain in full force and effect during the warranty period. All work which has been rejected, shall be remedied, or removed and replaced, by the Contractor at his own expense, with work conforming to the Plans and Specifications. Any defective material or workmanship which may be discovered before final acceptance or within (1) one year from the completion date specified in the Notice of Completion shall be corrected immediately by the Contractor at his own expense notwithstanding that it may have been overlooked in previous inspections and estimates. Failure to inspect work at any stage shall not relieve the Contractor from any obligation to perform sound and reliable work as herein described. It is the Contractor's ultimate responsibility to deliver at the time of final acceptance a complete project that complies in all details with these Contract Documents. All items shall be ready to operate. Any omission or failure on the part of the Owner to discover or notify the Contractor of or to condemn defective work or material at the time of construction shall not be deemed an acceptance, and the Contractor will be required to correct defective work or material prior to final acceptance. The Owner will endeavor to locate any errors or defective materials or workmanship and call them to the attention of the Contractor prior to subsequent work being performed. However, the Owner is under no obligation to do so and shall not be held liable because errors or defective material or workmanship by the Contractor are not discovered prior to subsequent work. During the (1) one year warranty period, should the Contractor fail to remedy defective material and/or workmanship, or to make replacements within five (5) days after written notice by the Owner, it is agreed that the Owner may make such repairs and replacement and the actual cost of the required labor and materials shall be chargeable to and payable by the Contractor or his Surety. Nothing in this section shall be construed to limit the rights of the Owner to immediately correct conditions which may be unsafe or which may pose a public health nuisance. Should said conditions later be found to be caused by defective material and/or workmanship, the Contractor

GC 11

and his Surety shall reimburse the Owner for costs reasonably incurred while attending the situation. In the event it is necessary for the Owner to file suit to enforce any liability of the Contractor pursuant to this sections WARRANTY OF WORK, the Owner shall be entitled to recover from the Contractor, in addition to all other amounts found due and owing, costs of suit and reasonable expenses and fees, including reasonable attorneys' fees, incurred by the Owner in successfully enforcing the Contractor's obligations, all to be taxed as costs and included in any judgment rendered. The warranty provided herein shall not be in lieu of, but shall be in addition to any warranties or other obligations otherwise imposed by the Contract Document or by law. The remedies provided herein shall not be exclusive and the Owner shall be entitled to any and all remedies provided by law. SECTION 8 - FACILITIES FOR AGENCY PERSONNEL This section is deleted in its entirety. SECTION 9 - MEASUREMENT AND PAYMENT 9-3.2 Progress and Final Payment. - Delete and replace with the following: The closure date for the purpose of making monthly progress payments shall be assigned by the City’s designee during the pre-construction meeting. Payment, less deductions, unearned work and retention, will be made within 30 days of the closure date. If a dispute exists between the City and the Contractor regarding an item included in the Contractor's Monthly Progress Payment Request, progress payments will be withheld until said dispute is resolved, in which case longer period of time will be required to make such payment. No such payment shall be required to be made, when in the judgment of the City’s designee, the total value of the work since the last estimate amounts to less than $500. If, in the opinion of the City’s designee, work is not progressing according to the approved schedule, payments may be withheld until the Contractor returns to the approved schedule. The originals of certified payrolls are to be submitted to the City’s designee within 10-calendar days of the closing of each pay period for the contractor. No progress payment will be made to the contractor, unless the certified payrolls are submitted to the City’s designee for that particular pay period for which the progress payment is requested. The certified payroll shall include all personnel who worked on the project during that particular pay period. Deductions will be made for: (1) amounts due the Owner for equipment or material furnished or services rendered; (2) amounts due the Owner under the terms of the Contract; (3) amounts of any claims of lien filed with the Owner; (4) accrued amounts of liquidated damages; (5) amounts required to be deducted by Federal, State or local governmental authorities. From the balance thus determined will be deducted the amounts of all previous payments, and the remainder shall constitute the monthly payment due the Contractor.

GC 12

A retention of five percent (5%) will be withheld from each and every progress payment to the Contractor. This percentage will remain constant throughout the duration of the Contract. The City shall make a progress payment within thirty (30) days after receipt of an undisputed and properly submitted payment request from Contractor pursuant to Public Contract Code section 20104.50. After completion of the work to the satisfaction of the Engineer, the Engineer shall make a final estimate of the amount of work done. The City shall pay the entire sum so found to be due after deducting there from all previous payments and all amounts to be retained under the provisions of the Contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. The final payment shall not be due and payable until the expiration of thirtyfive (35) days from and after the recordation of the Notice of Completion filed by the City. As provided by paragraph 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the City to ensure performance under the Contract. Substitute securities shall be deposited in a financial institution in a form acceptable to the City of Redlands. The financial institution shall be located within the City limits of the City of Redlands. The Escrow Agreement to be used is set forth in Public Contract Code section 22300. 9-3.3 Delivered Materials. No payment will be made for materials or equipment delivered but not yet incorporated in the work. 9-3.5 Extras. Without invalidating the Contract, the City may order extra work or make changes by altering, adding or deducting from the work, the Contract sum being adjusted accordingly and the consent of the Surety being first obtained where necessary or desirable. All the Work of the kind bid upon shall be paid for at the price stipulated on the proposal, and no claims for any extra work or material shall be allowed unless the work is ordered in writing by the engineer and the price is stated in such order. 9-3.6 Claims for Extra Costs. No claim for extra work or cost shall be allowed unless the same was done in pursuance of a written order by the Engineer, as aforesaid, and the claim presented with the first estimate after the changed or extra work is done. When work is performed under the terms of the General Conditions, the Contractor shall furnish satisfactory bills, payrolls, and vouchers covering all items of cost and when requested by the City, give the City access to accounts relating thereto. After completion of the work to the satisfaction of the Engineer, the Engineer shall make a final estimate of the amount of work done. The City shall pay the entire sum so found to be due after deducting there from all previous payments and all amounts to be retained under the provisions of the Contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. The final payment shall not be due and payable until the expiration of the thirty-five (35) days from and after the recordation of the Notice of Completion filed by the City. SECTION 10 - ASSIGNMENT OF UNFAIR BUSINESS PRACTICES CLAIMS. 10-1. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the Contractor or subcontractor offers and agrees GC 13

to assign to the City all rights, title and interest and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with section 16700 of part 2 of division 7 of the Business and Professions Code), arising from the purchase of goods, services, or materials pursuant to this public works agreement. This assignment shall be made and become effective at the time the City tenders final payment to the Contractor, without further acknowledgment by the Parties.

GC 14

TECHNICAL SPECIFICATIONS

AUDIOVISUAL SPECIFICATIONS SECTION A I.

AUDIOVISUAL SYSTEMS Sections below provide a brief narrative description of the specific functional, technical and operational requirements and capabilities of the Audiovisual Systems for each of the rooms listed. Refer to provided drawings and Exhibit B for the associated AV equipment list.

A.

GENERAL REQUIREMENTS FOR ALL SPACES: 1.

Infrastructure: The AV Contractor is responsible for verifying all floor, wall, and ceiling box locations to determine if they are appropriate with their engineered solutions. The AV Contractor shall coordinate with the City any re-locations, box size changes, or other infrastructure changes required to implement the Designed AV systems.

2.

Connector Plates and Floor box Components: The AV Contractor is responsible for verifying and furnishing all AV connector plates and internal floor box components to ensure a professional, symmetrical, and seamless appearance. The AV Contractor shall coordinate all plate finishes, engraving, brushing direction and back-filled text colors with City.

3.

Cabling and Connectors: Except where otherwise noted, the AV Contractor is responsible for all AV cabling, connectors, termination, piece-parts, labels, heat-shrink, cable dressing materials, power supplies, and testing. The AV Contractor shall use Neutrik D-Series connectors on all plates unless otherwise noted, unless size restrictions occur, or unless the required connector type is not fabricated by Neutrik in the D-Series format. All product substitution requests shall be submitted to the AV consultant.

4.

Portable Cabling a) The AV Contractor shall furnish all necessary portable AV cabling for the system. b) The AV Contractor shall furnish patch cables for all AV and data connections. c) The AV Contractor shall furnish Coax patch cables where required.

B.

Broadcast Systems: 1.

Existing Systems – General: The Broadcast system for the City of Redlands is out dated and in need of an upgrade. The system currently utilizes composite video as the video format and houses old antiquated technology such as VHS players. The system contains multiple sub-systems which of which most are in need of upgrades. The sub-systems are: a. Broadcast Automation – This system fully automates the broadcasting capability for the city allowing them to schedule videos and information to be broadcast to the public. In addition the system manages the live/playback switching, allowing City Council meetings to be broadcast live. Through USB the system is capable of pulling videos from a storage device for playback. While this system is in need for an upgrade, the system will not be upgraded in this phase. b. Live Production/Broadcast – This system contains the live production switcher and audio mixer components. Through the use of these components and many other the city is able to broadcast City Council and Committee meetings cleanly and professionally to the public. The signal format for the current configuration is composite video, which is a standard resolution format not providing the quality desired for broadcast and presentation. The client has several functions that require the use of cameras and microphones outside of the building and currently has to disconnect components at the dais and behind the rack to accommodate these needs.

TS 1

The equipment in the system is more than ten (10) years old and on the brink of failure. The current broadcast equipment includes, yet is not limited to: 1. Production Switcher 2. Audio Mixer 3. Broadcast Cameras 4. Video/Audio Amplifiers 5. Standards Converters 6. Displays 7. Misc. Other Equipment c. Editing Suite – The city utilizes a newly upgraded Apple Final Cut Pro system to do all of their editing. The system acts as a stand-alone device and edits pre-recorded footage and captured videos and footage by the city video team. d. Agenda Management System – The city has purchased a new Agenda Management System and will utilize the system to manage all meeting agenda’s, to track agenda items at meetings and distribute to the councils/committees and public. In addition the system will accept video and audio from the broadcast system and stream to the public. 2.

Systems Upgrade – Live Production/Broadcast System: The Broadcast/Production System will be upgraded to move to a higher quality video format, upgrade the video equipment to more up to date and reliable equipment, as well as allow for future upgrades to a digital HD system. The system will receive a council chamber audio and video feed and will send feeds out to the existing composite video broadcast modulator and fiber optic systems. The system upgrades will be comprised of: a)

Production Switcher – The current production switcher is a composite switcher and out of date. It will be replaced with a newer HD/SDI Production Switcher. The switcher will be easy to use and HD capable. The switcher will control cameras and capable of playing clips.

b)

HD Cameras – New HD cameras will be installed to replace the existing composite video cameras. These cameras will be installed in the council chamber and be controlled via the Production Switcher.

c) Reference Generator and Distribution Amplifier – The System will require a reference signal to ensure smooth transitions and effects when using the Production Switcher, thus a new multi-output Reference Generator and associated Distribution Amplifier will be installed to provide a reference signal to the Production Switcher and HD Cameras. d) Waveform/Scope and Audio Monitor – A new scope will be installed to monitor the video signals and a new audio monitor will be installed to monitor the audio sources. e) DVD Player – A new DVD Player will be installed into the system as a source for production. f)

Displays – A new 46” display will be installed for the MultiView feature of the Production Switcher. A 27” touch and 27” standard display will be installed to monitor additional outputs of the Production Switcher. The 27” Touch Display will allow for additional control of the Production Switcher.

g) Terranex Standards Converter – This standards converter will be installed to allow the input of different standard and format signals into and out of the system. The Standard Converter will be connected to the Production Switcher and will be connected via a custom rack panel.

TS 2

h) Standards Converters, Distribution Amplifiers and Network Switch – These components will be installed to support the other major components in the system and ensure the system operates properly, feeds are routed to the appropriate destinations in the right signal format and to support Ethernet control of the new HD Cameras. i)

Remote Camera and Microphone Connection Plate and Switcher – The client has a requirement to be able to record and broadcast parades and other events from the front of the Council Chambers. Currently this requires pulling cables through the space and disconnecting equipment. To accommodate this requirement a 12x12 HD/SDI Matrix Switcher and Auxiliary wall plate will be installed. The wall plate will have two (2) microphone connections and four (4) HD/SDI camera connections. The wall plate will have a lockable face plate to ensure only qualified technical staff have access to the connections.

j) Misc. Cables, connectors and hardware – To properly install the system it will require the contractor to supply and install the required cabling, connectors and hardware. k)

Labor – The contractor will be required to perform the following labor, yet are not limited to just the listed labor requirements. The contractor is responsible for performing all necessary labor required to upgrade the systems as listed above. Work shall include, yet is not limited to: i. Design, engineer and provide installation/as-built documentation for system. ii. Project Manage system installation. iii. Remove all antiquated and unused components not required in the new system configuration. iv. Dress all new and existing cabling in and around racks. v. Terminate all new and damaged or frayed vi. Install new system components in rack and council chamber. vii. Configure all new and existing equipment to ensure it functions as designed and required to meet client needs. viii. Train client on system operations and features.

TS 3

SECTION B II.

EXECUTION OF WORK

A.

TECHINICAL PERFORMANCE REQUIREMENTS The AV system will follow the Technical Performance Requirements described below: 1.

Equipment Specifications a) Like Components All like devices used in the Project shall be the same (i.e., manufacturer, model). Standardization of like components will enable consistent AV system functional and technical performance, familiar interface capabilities, and efficient maintenance and support. Should limited product availability or other factors impair the AV Contractor’s ability to provide like components throughout the Project, the AV Contractor shall immediately bring the situation to the attention of the Audiovisual Consultant so that an appropriate course of action can be identified. b) Approved Equipment Manufacturers The Audiovisual Consultant has provided an approved manufacturer equipment list for the AV system. IT IS REQUIRED THAT COMPONENTS OF THE SYSTEM SOLUTION PROPOSED SHALL BE SOURCED FROM THE MANUFACTURERS IDENTIFIED IN EXHIBIT B: MAJOR EQUIPMENT LIST WITH APPROVED MANUFACTURERS.

2.

AV System Performance Requirements The individual elements of the complete integrated AV system shall meet or exceed the technical performance defined below. a) Audiovisual Control Systems (1)

Hardware Performance Requirements (a)

The AV Contractor shall be responsible for providing all control processing, communication and connectivity hardware as required to deliver a complete, operational integrated system.

(b)

The Control Systems shall provide either auto-sensing network configuration or manual network configuration on 10 or 100 base T networks.

(c)

The Control System shall fully support Domain Name Server (DNS) and Dynamic or Static Host Configuration Protocol (DHCP) for all network communication.

(d)

The Control System shall support asynchronous communication providing the ability to send and receive data at the same time.

(e)

Master Control System processors shall support multiple levels of security for secure network access to the system.

(f)

The Control System shall support the City of Redlands IT Systems’ network firewall, gateway, and network routing.

(g)

The Control System shall support control of devices via Ethernet control, serial control, or infrared control.

TS 4

(2)

3.

Software Performance Requirements (a)

The AV Contractor shall be responsible for providing all software, and all software configuration, setup, and programming as required to deliver a complete, operational integrated Control System providing the user control functionality designated in the Specifications.

(b)

All software programming must be included in the scope of the AV Contractor’s work. No portion may be omitted from the scope of AV Contractor’s work. Proposals excluding any portion of the software programming will be deemed nonresponsive.

(c)

All commercial software provided by the AV Contractor, as part of the Project shall be procured and transferred in full compliance with the publisher's copyright, licensing, and other requirements of ownership and use. All software license agreements shall be registered in the name of the City of Redlands.

(d)

The City of Redlands shall retain full rights to all custom software, programming, and software configuration programming code developed by the AV Contractor as part of the Project. This shall include the right to use, reproduce, and modify the software and software programming code as reasonably required to operate the Audiovisual Systems and to support their ongoing utility, maintenance, and development.

(e)

The Audiovisual Control System programmers shall be trained and certified by the system manufacturer. The AV Contractor must be certified as a dealer in good standing with the manufacturer of the Audiovisual Control System hardware and software.

(f)

As part of the Control System design, the AV Contractor must provide the means and define the procedures for backup of the Control System software and programming code. This backup system may include a removable-type memory backup or a network server backup procedure via FTP transfer, or CD-R.

System Assembly and Installation a) General Execution of Work (1)

Cable and wire stripping scrap and conductor strands shall be kept away from sensitive electronic equipment such that loose pieces do not become lodged inside equipment.

(2)

All assembly and material cutting shall be limited to a working area specifically designated for this purpose.

(3)

All racks, consoles, connection boxes and other equipment enclosures shall be degreased and vacuum cleaned prior to installation of equipment or panels.

(4)

The AV Contractor shall take measures to protect all cabinets, casework, finished flooring, wall coverings, equipment, and other surrounding objects from damage resulting from its work. This shall include, but not be limited to, the installation of temporary protective coverings. Any damage resulting from the work of the AV Contractor shall be corrected by the AV Contractor at no additional cost to the City of Redlands.

(5)

Prior to shipment to site, all major pieces of equipment shall be unpacked and checked thoroughly at the AV Contractor's premises. The City of Redlands will not be liable for any delays of completion in installation due to defective equipment being received by AV Contractor. TS 5

(6)

All equipment racks and sub-assemblies shall be constructed at AV Contractor's premises. This will include, but not be limited to, wiring, labeling, dressing, supports and ventilation.

(7)

All spaces shall be cleaned as an ongoing activity. The AV Contractor shall vacuum clean all work areas and remove all debris, scrap, and waste at least every week, and after any substantial debris accumulation. At the conclusion of the work in a given room area, a final vacuum cleaning of all such access spaces shall be performed. All loose items, including those that were existing at the start of the work, shall be removed. Wet mopping shall be performed on flooring only when other dry cleaning methods are insufficient. No brushing or wet cleaning of equipment shall be permitted.

(8)

The AV Contractor shall generate any additional drawings or information required for fabrication, installation and wiring of the system.

(9)

The AV Contractor shall be responsible for the proper alignment, adjustment and calibration of all audiovisual equipment including equipment specified as Owner Furnished Equipment (OFE or OFCI), and shall provide all personnel and test equipment for the system test and adjust.

(10) The AV Contractor shall be responsible for verifying the compatibility of all equipment and related hardware with related work performed by others. This includes, but is not limited to, electrical, mechanical, structural, and all finish work. (11) The AV Contractor shall furnish all software necessary to operate software controlled audiovisual equipment or sub systems (e.g. remote control system). Whether produced by the AV Contractor or supplied by a software manufacturer, all software will be installed and tested prior to the delivery of equipment to the site. (12) Uncrating, setting in place, fastening to walls, floors, ceilings, counters, or other structures where required of all equipment except as otherwise noted. (13) Interconnect wiring of the components of the system. (14) Equipment alignment and adjustment. (15) All other work whether or not expressly required herein which is necessary to result in a completely tested and operating system. (16) All equipment shall be firmly secured in place unless requirements of portability dictate otherwise. Fastenings and supports shall meet all seismic code requirements for the City of Redlands installation location and be adequate to support their loads with a safety factor of at least three (3) times. (17) All boxes, equipment, etc. shall be plumb and square. b) Equipment Installation (1)

The AV Contractor shall use metal equipment racks of standard height unless otherwise specified. Whether a metal rack or custom cabinetry is used, the following shall apply: (a)

Equipment mounting shall conform to industry standards of 1 3/4" rack units.

(b)

The Equipment Rack shall have a lockable front and back door.

(c)

The AV Contractor shall only use rack rails that are tapped for #10-32 screws (no clip nuts shall be used).

TS 6

(2)

(d)

The AV Contractor shall implement a general ventilation scheme for all consoles and racks in the Project. A proposed scheme shall be presented to the Audiovisual Consultant for approval prior to execution of the work.

(e)

Provide blank rack panels in all rack openings not occupied by equipment. Blank filler panels shall not exceed three rack units in size. Panel color shall be matte black. Perforated panels may be used to aid in proper ventilation.

(f)

All devices within equipment racks shall be mounted to the equipment rack. No devices shall be resting atop or mounted to other devices within the equipment racks.

(g)

Devices will be mounted in the racks in logical order. Generally, signal flow should move from the top of the rack to bottom. Heavier devices should be mounted in the lower portion to ensure that the assembly is not too top heavy. Frequently used devices will be mounted at the optimal elevation for operator use.

(h)

Each rack shall be uniquely identified with an engraved, self-adhesive label affixed to the front top frame. The size and appearance of these labels will be reviewed for approval by Audiovisual Consultant.

(i)

AV Contractor rack logo panels shall be confined to a single rack unit. Rack logo panel graphics shall be submitted for approval by the Audiovisual Consultant. Rack logo plates shall identify the name of the AV Contractor, the Audiovisual Consultant, and the name of the City of Redlands.

Cable Dress (a)

In general, cable dressing shall be considered from a maintenance standpoint. Suitable service loops shall be provided to allow removal of equipment, or to extend equipment that is mounted in the rack on rack slides. Where there is no rear access to the rack mounted equipment, this requirement shall be carefully addressed, and cabling shall be of sufficient length to enable the removal and replacement of any individual piece of equipment with all others in place.

(b)

It is expected that the AV Contractor will fabricate some portions of the systems off site. Pre-wiring is acceptable provided that the pre-wired assembly can easily be transported to its final location without complication, and without risk of cable or equipment damage. Use of intermediate connections for inter-rack cables is not acceptable.

(c)

Equipment specified as "Future" shall be accommodated with cables installed and routed normally, with the unterminated end being labeled, sealed in a plastic bag, and tagged appropriately.

(d)

The AV Contractor shall be responsible for determining the proper length of all cables whether manufactured on or off the job site.

(e)

The AV Contractor shall determine the desired method of securing cables. All of the following requirements must be met by the system: (i)

Plastic cable ties are the preferred method of cable lacing. Lay in systems are not acceptable except as applied to a horizontal cable tray.

TS 7

(ii)

Wires and cable shall be installed in a neat and orderly fashion, with like cable types following similar paths. Groups of cables shall be neatly combed and harnessed. Harnessed groups of cables shall be anchored at suitable intervals to reduce and relieve wire strain, especially strain on connections. Adequate service loops shall be provided at all cable endpoints.

(iii)

Some rack-mounted equipment utilizes slide assemblies for front extension while in operation. For this type of mounting, additional, carefully dressed service loops on all cables shall be provided and installed with spring operated cable retractor assemblies to gather and recoil the service loop.

(iv)

For all schemes of cable routing, no point in the path shall be subjected to a bend radius of less than eight (8) times the cable diameter, or minimum cable bend radius specified by the manufacturer.

(v)

Captive cables shall not be laced in such a manner as to prevent removal of the equipment to which they are captive.

(vi)

Wires and cables shall be segregated according to signal type. This applies to cable segregation within equipment racks and conduits. Digital and Analog AV cables shall be separated and routed in different conduits if they are being run to the same endpoints. In addition, audio cable shall be subdivided into three (3) classes: microphone level circuits, line level circuits, and speaker level circuits.

(vii)

Microphone level audio circuits shall be kept at least three inches (3") from any other type of parallel signal circuits and at least six inches (6") from any parallel AC power circuits.

(viii) Speaker level audio circuits shall be kept a minimum of three inches (3") from line level audio and AC power circuits. All other signal circuits shall be kept at least three inches (3") away from any parallel AC power circuits. Speaker Level audio circuits shall not share conduits with Microphone or Line Level circuits.

(3)

(ix)

Where circuits of different types must cross, they shall do so at right angles and then return to the above required separations in as short a distance as possible.

(x)

Conductors, wires, and cables shall be continuous between termination points. Splices are not acceptable.

(xi)

Cable tie and lacing installation shall be accomplished using hand tools specifically designed to apply proper tension to the cable tie, and to cut the end off flush with no protruding sharp edges. The AV Contractor's field supervisor shall spot check assemblies using cable ties both visually and by touch, thereby detecting any sharp edges of improperly cut cable ties. Install cable ties on all cable runs of two or more cables that are not supported by raceway, cable tray, or other means. Place cable ties approximately six inches (6") apart. Do not use more cable ties than are necessary for a neat installation. Cable ties shall not be applied with excessive force that may damage or deform sensitive and fragile cables.

Cable Types TS 8

All cables installed shall meet appropriate governing codes and standards. The following cable types are recommended for use:

(4)

(5)

(6)

(a)

Audio-Speaker: Single twisted pair, 14 AWG.

(b)

Audio-Microphone: Single twisted pair, shielded, 22 AWG.

(c)

Control: Multi conductor, overall shield 24 AWG.

(d)

Serial Data: Multi conductor, overall shield, 24 AWG, low capacitance

(e)

Broadband Television: RG-11/U Coaxial, 14 AWG.

(f)

Digital Media: Use Digital Media Equipment manufacturer’s recommended digital media cabling.

Cable Labeling (a)

Provide unique cable designation on each distinct wire or cable. Labels shall be installed within two inches of connectors, unless this interferes with disassembly of the connector.

(b)

The AV Contractor shall submit a sample of their cable labeling standards to the City of Redlands and Audiovisual Consultant for review and acceptance.

(c)

Labels shall be installed in such a manner as to be visible without unlacing any harnesses.

(d)

Labels must have transparent heat-shrink wrap covers. Stick-on, adhesive, or Velcro labels by themselves are not allowed.

Power Cords (a)

All equipment power cords shall terminate in a standard plug that shall be wired in compliance with governing codes and standards.

(b)

Power cords may be laced to the racks as long as the cords are removable at the power connector on the piece of equipment. This is to allow removal of the equipment without undoing the cable lacing. Power cords shall not be laced in the same bundle with signal or control cables. If the power cord is an active component of the equipment, the cable shall be dressed separately from all other cables terminating at the equipment to facilitate easy removal of the equipment.

(c)

All power plugs shall be labeled with the component’s label name.

(d)

All power cords shall be plugged into an AC power distribution strip which will be pre-wired into the rack prior to delivery to site.

Cable Termination (a)

Wire and cable termination shall be performed in accordance with Broadcast Industry Standards and the guidelines of generally accepted professional installation practices.

(b)

With respect to audio equipment interconnects, the AV Contractor shall make every effort to use equipment with balanced inputs and outputs. When this is not possible, such as the case to meet specification, the following are recommended (in order of preference): (i)

An electronic balancing device (professional interface) or balancing transformer should be utilized.

TS 9

4.

(ii)

In the case of an unbalanced output driving a balanced input, forward referencing should be utilized.

(iii)

An active balanced to unbalanced interconnect is not recommended.

Receptacle Panels a) Field-verify panel sizes required for back boxes. (1)

Oversize flush panels sufficient to trim wall openings, but not less than ½” of overlap.

(2)

Size surface mount panels exactly to back box, leaving no sharp corners and chamfering edges.

b) Aluminum panels with text engraved and back-filled in a color that contrasts the finish of the panel. Coordinate with City to determine finish. c) Anodized, vertical-brushed finish d) Submit engraved sample for approval by the City of Redlands, consultant and City. 5.

Electrical Requirements a) Technical Power (1)

Technical Power, defined as AC power dedicated to the audiovisual equipment and other critical audiovisual systems, will service the Audiovisual System.

(2)

All racks and cabinets shall have pre-wired AC power strips for Technical Power distribution within the rack. The assembled rack internal power strips shall conform to approved testing laboratory specifications. Each circuit shall consist of a "hot" wire, a dedicated neutral wire, and a dedicated ground wire of equal current carrying capacity.

(3)

The AV Contractor shall coordinate the power interface between the equipment enclosure and the building with the Audiovisual Consultant. The Audiovisual Consultant will provide Technical Power at locations adjacent to audiovisual equipment where specified.

(4)

The Audiovisual Systems shall be designed so that power may be supplied or removed smoothly or abruptly at any time without causing damage to system equipment.

b) Grounding Practices (1)

Technical Ground shall be defined as the ground or earth protection that is dedicated to the Technical Power service supplying electrical power to the audiovisual systems.

(2)

Because of the great number of variations possible in a grounding system, it shall be the responsibility of the AV Contractor to follow good engineering practices as outlined below, and to deviate from these practices only when necessary to minimize cross-talk and to maximize signal to noise ratios in audio and video systems.

(3)

In order to minimize problems resulting from improper grounding, and to achieve maximum signal to noise ratio, the following grounding procedures shall be adhered to:

TS 10

B.

(a)

A uni-point ground scheme shall be maintained throughout the systems. A dedicated ground buss bar shall be provided for the exclusive use of the Audiovisual Systems. This buss bar shall serve as a termination point for all equipment rack frame grounds and AC power panel isolated ground conductors. The Audiovisual Systems’ Technical Ground buss bar will be connected to the central facility ground at one point only.

(b)

Each audiovisual system equipment rack will be connected to the Technical Power ground buss bar via a dedicated eight (8) gauge green copper wire. The Audiovisual Systems equipment racks will be isolated from building steel, cable trays, electrical conduit and any other object or device that would compromise the isolated ground system. All conduits entering the equipment racks will be isolated from the enclosure itself with an insulated fitting.

(c)

All devices in the audiovisual system racks shall be serviced with a grounded AC outlet. Devices having two (2) prong power cords shall also have a fourteen (14) gauge green copper wire connected from the chassis to the grounded copper buss bar mounted to the equipment rack frame. Under no circumstances shall the prong of a three (3) prong power cord be removed.

(d)

Audio cable shield shall be connected to ground at one point only. Exceptions may be made for phantom powered microphones and some ICM and IFB systems. This ground point shall be at the system ground of the destination device, which shall be strapped to the system ground in the rack. For intra rack wiring this requires the shield to be connected at both ends, but grounded at only one end.

(e)

All video receptacles shall be insulated from the mounting panel, outlet box, or wire way. Unless otherwise detailed, this shall be accomplished by using insulated from panel type receptacles.

(f)

The AV Contractor shall take care to consider ground references within each device and the grounding factors on site.

TESTING & HMA ACCEPTANCE PROCEDURES 1.

Installation Testing and Adjustment The AV Contractor shall perform all tests and adjustments, shall furnish all test equipment necessary and perform all work required to verify performance of the system in accordance with these Specifications and the AV Contractor’s test plan. When these initial tests and adjustments are completed, the AV Contractor shall notify the Audiovisual Consultant that the systems are in compliance with the Specifications and are ready and complete for Acceptance Tests. The scope of this work includes, but is not limited to the following: a) The acceptance testing process shall reference this AV systems RFP for specific system requirements. There are two distinct procedures in the overall acceptance testing process outlined in this section, the Substantial Completion and the Final Acceptance. Often times, punch lists and incomplete work will preclude considering the first review of the systems for final acceptance. With this in mind, and the Substantial Completion acceptance testing is the first step towards acceptance and will give the Audiovisual Consultant and Owner a chance to create punch lists. Typically, Final Acceptance occurs after all punch lists are completed, the City of Redlands has had some time to work the systems (after the systems are Substantially Complete), final documentation is given to the City of Redlands, and all training is performed. TS 11

b) Additionally, the City of Redlands shall retain the right to hire a consultant to test the Audiovisual Systems. Delays to this consultant caused by incomplete work, improper wiring, or inoperative equipment may result in consultant's time being billed to the AV Contractor at current consulting rates. In the event further adjustments are required, or defective equipment is to be repaired or replaced, tests shall be suspended or continued at the option of the City of Redlands. 2.

Substantial Completion Audiovisual System Substantial Completion testing will consist of verifying overall system functionality, internal rack functions, cable dressing, external device functions and terminations, and device operation. The AV Contractor will demonstrate to the AV consultant the performance and compliance of the AV systems’ functionality in accordance with the standards and practices delineated in the Specification documentation. The following requirements will be considered the basis for establishing Substantial Completion of the Audiovisual Systems. a) The AV Contractor shall provide the as-built equipment list. b) The AV Contractor shall provide redlined design drawings, rack layouts, spreadsheets, and any other relevant and current documentation. c) AV Contractor’s Punch List: Provide an internally constructed punch list of known devices, cables, or systems that are incomplete. Audiovisual Consultant and the City of Redlands will construct another punch list after the Substantial Completion acceptance testing is performed that is based on the inspection and the AV Contractor’s internally constructed list. d) Test, adjust, balance, equalize, and calibrate all equipment (including OFE or OFCI) as required for optimum performance. Establish and tabulate normal settings for all level controls. These settings shall be recorded in the maintenance manual for reference. e) Signal and Cable Testing and Documentation: Provide documentation on the point to point testing of all Fiber, CAT6, Audio, Video Inter-Room Cabling, and Building Tie Line cabling provided by the AV Contractor. The following will be tested for each of the respective category of cable and/or signal types:

f)

(1)

Audio: continuity, polarity, sound check

(2)

Speaker: impedance, polarity, proper zoning, buzz & rattle (frequency sweep), sound check, signal quality.

(3)

Video: signal continuity (where possible), proper routing.

(4)

Control: continuity & confirmation of control capability between designated control locations and control processors.

(5)

Fiber: OTDR (Optical Time Domain Reflectometer) testing, spot-check of functionality by the AV Contractor.

(6)

Data/Cat6: Bandwidth testing

Quality of Installation: The areas around the racks and consoles should be free of debris and excess wires. Racks, consoles, and equipment should be free from dirt and grease.

g) Labeling and Terminations: All devices, including floor boxes, racks, termination panels, components, closets, panels, and cables should be terminated and labeled according to the AV Contractor’s engineered plans. Visual spot-checking of wire dressing and terminations will be performed during the Acceptance Testing procedure. TS 12

h) The City of Redlands technical staff shall be involved in recommending hardware and software system settings. The AV Contractor shall be responsible for providing the test equipment for the tests. i)

j)

System Functional Completion Requirements (1)

The City of Redlands is encouraged to bring in specific testing equipment and to request specific simulated operation scenarios that the AV Contractor may run through.

(2)

The individual areas of the building and the corresponding audiovisual shall be tested for compliance with system functional descriptions described in the Audiovisual Systems Performance Specification.

System Technical Performance Completion Individual sub-system components of the integrated Audiovisual Systems shall meet or exceed the technical performance defined in the Specification. Testing of the performance of these systems is the responsibility of the AV Contractor and shall include: (1)

During the acceptance testing procedures, each system will be spot checked to verify systems integration and inter-system operability. For instance, a laptop and/or microphone should be able to be plugged into an interface, and the audio routed to a desired speaker zone.

(2)

The AV Contractor shall supply any necessary testing equipment for acceptance testing including a continuity checker, laptop computers with software, patch cables, and video test equipment. Also, video signal must be able to be routed, patched and scaled or scan converted.

k) Integration Completion The AV Contractor shall be responsible for ensuring that the Audiovisual Systems are fully compatible with the design, equipment, fabrications and conditions described in the Specification and fit and finish are acceptable to the City of Redlands. 3.

Final Acceptance The following are items that are required for Final Acceptance of the AV systems. a) Completion of the Substantial Completion checklist to reflect the resolution of all items that were punched during the Substantial Completion checkout. b) Final Interface Design of the control system interface screens and software provided to Owner. c) Completion of all consultant and owner checklists d) All Training performed and operator proficiency demonstrated. e) Review of maintenance agreement documentation, contact information, and procedures with the City of Redlands. f)

Final As built Systems Documentation including spreadsheets, software and drawings (in final CAD and PDF format).

TS 13

C.

COMMISSIONING QUALITY CONTROL 1.

Bidders shall provide within their bid packages the following Inspection and Commissioning Quality-Control checklists and testing criteria for review and approval. The AV Contractor must be able to verify and demonstrate for the City of Redlands that the installed AV systems meet or exceed all the performance requirements contained within these lists. a) Rack Inspection Checklist b) Testing and Performance Criteria (including calibration tolerances, RTA curves, signal to noise ratios, video-teleconferencing DSP configurations, etc) c) Substantial Completion Checklist. d) Commissioning Checklist

END OF SECTION

TS 14

Appendix A - Labor Law Requirements Checklist

CHECKLIST OF LABOR LAW REQUIREMENTS TO REVIEW AT JOB CONFERENCE MEETINGS Name (print)

Date

Company

Project

The Federal and State labor law requirements applicable to the contract are composed of, but not limited to, the following: 1.

Payment of Prevailing Wage Rates The contractor to whom the contract is awarded and its subcontractors hired for the public works project are required to pay not less than the specified general prevailing wage rates to all workers employed in the execution of the contract. The contractor is responsible for ascertaining and complying with all current general prevailing wage rates for crafts and any rate changes that occur during the life of the contract. Information on all prevailing wage rates and all rate changes are to be posted at the job site for all workers to view.

2.

Apprentices It is the duty of the contractor and subcontractors to employ registered apprentices on the public works project under Labor Code Section 1777.5.

3.

Penalties There are penalties required for contractor's/subcontractor's failure to pay prevailing wages and for failure to employ apprentices, including forfeitures and debarment under Labor Code Sections 1775; 1776; 1777.1; 1777.7 and 1813.

4.

Certified Payroll Reports Under Labor Code Section 1776, contractors and subcontractors are required to keep accurate payroll records showing the name, address, social security number and work classification of each employee and owner performing work; also the straight time and overtime hours worked each day and each week, the fringe benefits, and, the actual per diem wage paid to each owner, journey person, apprentice worker or other employee hired in connection with the public works project. Employee payroll records shall be certified and shall be made available for inspection at all reasonable hours at the principal office of the contractor/subcontractor, or shall be furnished to any employee, or his/her authorized representative on request, pursuant to Labor Code Section 1776. Each contractor and subcontractor shall submit its weekly certified payroll reports to the LCR from the agency no less than weekly or within ten days of request. In the event that there has been no work performed during a given week, the certified payroll report shall be annotated: "No work" for that week. Under Labor Code Section 1776(h) there are penalties required for contractor's/ subcontractor's failure to maintain and submit copies of certified payroll records on request. **For projects bidding after April 1, all contractors will need to upload their certified payroll to the Department of Labor Standards Enforcement website. Effective Jan. 1, 2016, ALL projects will require contractors to upload all certified payroll. This requirement is in addition to the request for payrolls by the City of Redlands;

5.

Nondiscrimination in Employment There exist prohibitions against employment discrimination under Labor Code Sections 1735 and 1777.6, the Government Code, the Public Contracts Code, and Title VII of the Civil Rights Act of 1964.

6.

Kickbacks Prohibited Contractors and subcontractors are prohibited from recapturing wages illegally or extracting "kickbacks" from employee wages under Labor Code Section 1778.

7.

Acceptance of Fees Prohibited There exists a prohibition against contractor/subcontractor acceptance of fees for registering any person for public work under Labor Code Section 1779; or for filling work orders on public works contracts pursuant to Labor Code Section 1780.

8.

Listing of Subcontractors All prime contractors are required to list properly all subcontractors hired to perform work on the public works projects covering more than one-half of one percent, pursuant to Government Code 4100 et seq.

9.

Properly Licensed and Registered Contractors are required to be licensed properly and to require that all subcontractors be properly licensed. Penalties are required for employing workers while unlicensed under Labor Code Section 1021 and under the California Contractor License Law found at Business and Professions Code Section 7000 et seq. Contractors and subcontractors are also required to be registered with the Division of Labor Standards Enforcement to work on public works projects in California. Requirements for registration and penalties for not being registered are found in Labor Code 1773.3.

10.

Unfair Competition Prohibited Contractors and subcontractors are prohibited from engaging in unfair competition as specified under Business and Professions Code Sections 17200 to 17208.

11.

Workers Compensation Insurance Labor Code 1861 requires contractors and subcontractors be insured properly for workers compensation.

12.

OSHA Contractors and subcontractors are required to abide by the Occupational, Safety and Health laws and regulations that apply to the particular construction project.

13.

Undocumented Workers Contractors and subcontractors are prohibited by the Federal government against hiring undocumented workers, and must secure proof of eligibility/citizenship from all workers.

14.

Itemized Wage Statements Contractors and subcontractors must provide itemized wage statements to employees per Labor Code 226.

In accordance with Federal and State laws and with the awarding agency contract documents, the undersigned prime contractor wishes to assure the City of Redlands that it intends to comply with the above-referenced labor law requirements, fully understanding that failure to comply with the above requirements may subject it to penalties as provided above.

Contractor

City of Redlands

Name Printed

Name Printed

Signature

Signature

Title

Title

Date

Date

IMPORTANT NOTICE New Requirements for Contractors Working on California Public Works / Prevailing Wage Projects Significant changes in prevailing wage law have recently been made that affect all contractors working on Public Works Projects within California. Please note the following important information: CONTRACTOR REGISTRATION REQUIREMENT By April 1, 2015, all contractors must be registered with the Division of Labor Standards Enforcement (DLSE) to work on public works projects in California. WHO must register? All contractors and subcontractors working on public works projects in California must be registered. This includes prime contractors, subcontractors and sole owner/operators- everyone performing labor on a public works project. WHEN is registration required? Contractors must be registered with the DLSE to bid on all public works projects that bid after March 1, 2015. All contractors working on public works projects must be registered by April 1, 2015. Registration is valid until June 30 of each year and may be renewed annually. Registrations are currently being accepted. WHERE do I register? Registration is done online at: https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm HOW MUCH is the fee? Contractor registration fee is currently set at $300 but may increase each year. This fee shall be paid during the initial registration and each annual renewal. DO I qualify for registration? Contractors will need to meet minimum qualification standards to be registered. These include: • Be properly licensed with the Contractors State License Board for your trade. • Provide evidence of workers compensation insurance (if applicable). • Be in good standing (Have no outstanding liabilities for wages, damages, penalties due to an employee or the State, may not be under State or Federal debarment).

WHAT happens if I don’t register? Unregistered contractors working on or bidding for public works projects will be subject to an immediate $2,000 fine and the $300 registration fee to continue working on the project. Unregistered contractors may be removed from the project by the Awarding Agency. Contractors found working on public works projects without being registered also risk not being approved for registration by DLSE.

ELECTRONIC CERTIFIED PAYROLL REPORTING REQUIREMENTS Prevailing wage law has been changed to require contractors to submit certified payrolls electronically to the DLSE. WHO is required to submit certified payrolls? All contractors, subcontractors and sole owner/operators will be required to submit certified payrolls electronically to the DLSE. WHEN do I need to submit certified payrolls electronically? If your project is awarded after April 1, 2015, electronic payroll submission is required immediately. Otherwise, electronic payroll submission will be required for all projects awarded on or after January 1, 2016. WHERE do I submit my certified payrolls? For now, certified payrolls can be submitted by contractors to the DLSE at: https://apps.dir.ca.gov/ecpr/DAS/AltLogin This website address will change when the DLSE implements their online electronic database system which still has not been developed. Alliant will notify contractors when this system is available. DO I still need to submit hard copy certified payrolls? The City of Redlands will still require hard copy submission of certified payroll reports per your contract. The requirement to submit certified payrolls electronically to the DLSE does not replace the requirement for contractors to submit payrolls to the City of Redlands.

Contact the City of Redlands regarding any questions you may have regarding the new requirements for contractor registration or online submission of certified payroll: (909) 798-7698.

PUBLIC WORKS CONTRACT AWARD INFORMATION (DAS-140)

This is not a request for dispatch of apprentices. Contract award information must be sent to your Apprenticeship Committee if you are approved to train. If you are not approved to train, you must send the information (which may be this form) to ALL applicable Apprenticeship Committees in your craft or trade in the area of the site of the public work. Go to: http://www.dir.ca.gov/das/PublicWorksForms.htm for information about programs in your area and trade. The information shall be provided to the applicable apprenticeship committee within ten (10) days of the date of the execution of the prime contract or subcontract, but in no event later than the first day in which the contractor has workers employed upon the public work.

Do not send this form to the Division of Apprenticeship Standards. NAME OF YOUR COMPANY

CONTRACTORS STATE LICENSE NO.

MAILING ADDRESS-NUMBER & STREET, CITY, ZIP CODE

AREA CODE & TELEPHONE NO.

NAME AND ADDRESS OF PUBLIC WORKS PROJECT

DATE YOUR CONTRACT WAS EXECUTED

DATE OF EXPECTED/ACTUAL START OF PROJECT

NAME & ADDRESS OF PUBLIC AGENCY AWARDING CONTRACT

ESTIMATED NUMBER OF JOURNEYMAN HOURS

OCCUPATION OF APPRENTICE

THIS FORM IS BEING SENT TO: (NAME AND ADDRESS OF APPRENTICESHIP PROGRAM(S)

ESTIMATED NUMBER OF APPRENTICE HOURS

APPROXIMATE/ACTUAL DATES TO BE EMPLOYED

This is not a request for dispatch of apprentices. *Contractors must make a separate request for actual dispatch, in accordance with Section 230.1(a) California Code of Regulations*

Check One of the Boxes Below 1. 2. 3.

We are already approved to train apprentices by the Apprenticeship Committee. We will employ and train under their standards.

We will comply with the standards of Apprenticeship Committee for the duration of this job only.

(Enter name of Committee)

(Enter name of Committee)

We will employ and train apprentices in accordance with the California Apprenticeship Council regulations, including § 230.1 (c) which requires that apprentices employed on public projects can only be assigned to perform work of the craft or trade to which the apprentice is registered and that the apprentices must at all times work with or under the direct supervision of journeyman/men.

Signature

Typed Name

Title

Date

DAS-140 FORM - PUBLIC WORKS CONTRACT AWARD INFORMATION (Title 8, California Code of Regulations, Section 230) (California Labor Code, Section 1777.5 (e))

SUBMIT CONTRACT AWARD INFORMATION Prior to commencing work on a contract for Public Works every Contractor shall provide contract award information to the apprenticeship committee for each applicable apprenticeable craft or trade in the area of the site of the public works project that has approved the contractor to train apprentices. Contractors who are not already approved to train by an apprenticeship program sponsor shall provide contract award information to all of the applicable apprenticeship committees whose geographic area of operation includes the area of the public works project. This contract award information shall be in writing on a DAS Form 140, Public Works Contract Award Information or a letter which includes the following information: (1) Contractor's name, address, telephone number and state license number; (2) The full name and address of the public work awarding agency; (3) The exact location of the public work site; (4) Date of the contract award; (5) Expected start date of the work; (6) Estimated journeyman hours; (7) Occupation of Apprentice; (8) Approximate number of apprentices to be employed; and (9) Approximate dates apprentices will be employed. This information shall be provided to the applicable apprenticeship committee within ten (10) days of the date of the execution of the prime contract or subcontract, but in no event later than the first day in which the contractor has workers employed upon the public work. Failure to provide contract award information, which is known by the awarded contractor, shall be deemed to be a continuing violation for the duration of the contract, ending when a Notice of Completion is filed by the Awarding Body, for the purpose of determining the accrual of penalties under Labor Code Section 1777.7.

THE TOP SECTION OF THE FORM COMPLETELY FILLED OUT will provide the information required pursuant to California Labor Code Section 1777.5 and California Code of Regulations Section 230.1. LOWER SECTION OF THE FORM Check an appropriate box (#1, 2 or 3) for your status. In addition to the “ORIGINAL(S)” mailed to all applicable Apprenticeship Committees, a copy of this information shall also be submitted to the City of Redlands.

NOTE: The filing of a DAS 140 is not a request for the dispatch of registered apprentices

2J

CONTRACTOR FRINGE BENEFIT STATEMENT Project Name:

Project Location:

Contractor / Subcontractor Name:

Business Address:

Today’s Date:

EMPLOYER PAID FRINGE BENEFITS

In order that the proper Fringe Benefit rates can be verified when checking payrolls on the above contract, the hourly rates for fringe benefits, subsistence and/or travel allowance payment made for employees by the employer on the various classes of work are tabulated below. Please Include Apprentice Rates. Classification: Effective Date: Subsistence or Travel Pay: $________________________ Paid To: Health & Welfare Name of Plan/Fund/Program: __________________________________________________ $_______________ hr Address: __________________________________________________ Paid To: Pension Name of Plan/Fund/Program: __________________________________________________ $_______________ hr Address: __________________________________________________ Paid To: Vacation/Holiday Name of Plan/Fund/Program: __________________________________________________ $_______________ hr Address: __________________________________________________ Training $_______________ hr Other

Paid To:

$_______________ hr

Classification: Health & Welfare

EMPLOYER PAID FRINGE BENEFITS

Paid To:

Paid To:

Paid To:

$_______________ hr Vacation/Holiday

Paid To:

$_______________ hr Training

Paid To:

$_______________ hr Other $_______________ hr

__________________________________________________

Address:

__________________________________________________

Name of Plan/Fund/Program:

__________________________________________________

Address:

__________________________________________________

Effective Date:

$_______________ hr Pension

Name of Plan/Fund/Program:

Paid To:

Subsistence or Travel Pay: $________________________

Name of Plan/Fund/Program:

__________________________________________________

Address:

__________________________________________________

Name of Plan/Fund/Program:

__________________________________________________

Address:

__________________________________________________

Name of Plan/Fund/Program:

__________________________________________________

Address:

__________________________________________________

Name of Plan/Fund/Program:

__________________________________________________

Address:

__________________________________________________

Name of Plan/Fund/Program:

__________________________________________________

Address: __________________________________________________ Supplemental statements must be submitted during the progress of the work should there be an increase or change in rates. Use additional sheets as necessary. (Attach a copy of your most recent premium transmittal (including copy of check submitted) into each of the above plans/funds/programs or a letter from the above plans/funds/programs reflecting current payment status). I certify under penalty of perjury that fringe benefits are paid to the approved plans, funds or programs as listed above. Print Name and Title Signature and Date (Wet Signature Required)

Form A-1-131 (New 2-80)

NAME, ADDRESS AND SOCIAL SECURITY NUMBER OF EMPLOYEE

(1)

(2)

NO. OF WITHHOLDING EXEMPTIONS

O

S

O

S

O

S

O

S

(4) M

T

W DATE

TH

DAY F

S TOTAL HOURS

(5)

HOURLY RATE OF PAY

(6)

THIS PROJECT

THIS PROJECT

THIS PROJECT

THIS PROJECT

ALL PROJECTS

ALL PROJECTS

ALL PROJECTS

ALL PROJECTS

GROSS AMOUNT EARNED

(7)

TRAING.

FED. TAX

TRAING.

FED. TAX

TRAING.

FED. TAX

TRAING.

FED. TAX

WORKERS' COMPENSATION POLICY NO.:

SELF-INSURED CERTIFICATE NO.:

SPECIALITY LICENSE NO.:

CONTRACTOR'S LICENSE NO.:

FUND ADMIN

FICA (SOC. SEC.)

FUND ADMIN

FICA (SOC. SEC.)

FUND ADMIN

FICA (SOC. SEC.)

FUND ADMIN

FICA (SOC. SEC.)

DUES

STATE TAX

DUES

STATE TAX

DUES

STATE TAX

DUES

STATE TAX

TRAV/ SUBS.

SDI

TRAV/ SUBS.

SDI

TRAV/ SUBS.

SDI

TRAV/ SUBS.

SDI

OTHER*

HEALTH & WELF.

OTHER*

HEALTH & WELF.

OTHER*

HEALTH & WELF.

OTHER*

HEALTH & WELF.

TOTAL DEDUCTIONS

PENSION

TOTAL DEDUCTIONS

PENSION

TOTAL DEDUCTIONS

PENSION

TOTAL DEDUCTIONS

PENSION

NET WGS PAID FOR WEEK

(9) CHECK NO.

Page ______ of ______

(See reverse side)

CERTIFICATION MUST be completed

SAVINGS

VAC/ HOLIDAY

SAVINGS

VAC/ HOLIDAY

SAVINGS

VAC/ HOLIDAY

SAVINGS

VAC/ HOLIDAY

DEDUCTIONS, CONTRIBUTIONS AND PAYMENTS

(8)

PROJECT AND LOCATION:

PROJECT OR CONTRACT NO.:

ADDRESS:

PUBLIC WORKS PAYROLL REPORTING FORM

other deductions, contributions and/or payments whether or not included or required by prevailing wage determinations must be separately listed. Use extra sheet(s) if necessary

*OTHER – Any

S

FOR WEEK ENDING:

HOURS WORKED EACH DAY

O = OVERTIME SDI = STATE DISABILITY INSURANCE

S = STRAIGHT TIME

WORK CLASSIFICATION

(3)

PAYROLL NO.:

OR SUBCONTRACTOR:

NAME OF CONTRACTOR:

California Department of Industrial Relations

Statement of Compliance Date:______________ I __________________, the undersigned, am the ________________________________ with the authority to act for and on (Print Name)

(Position in Business)

behalf of _______________________ certify under penalty of perjury that the records commencing on ______________ and ending on _______________ submitted herein and consisting of ____ pages are the originals, full and corrected documents, which depict the payroll record(s) of actual disbursements by way of cash, check, or whatever form to the individual or individuals names, (1) That this employer has complied with the requirements of the California Labor Code Sections. 1771, 1811, and 1815 for all performed on this public works project, and that the classifications set forth therein for each trade rate conform with the work Performed. (2) That any apprentices employed in the above period are duly registered to a bona fide apprenticeship program registered with the State of California’s Division of Apprenticeship Standards. PAYROLL/OTHER DEDUCTIONS

1. I herein certify the full and complete Prevailing Wages were paid as currently published and posted by the Director of 2.

Industrial Relations, State of California and only deductions as authorized under the laws of the State of California or the laws of United States of America have been made from these sums. All other deductions are clearly listed for each employee on an attachment as required by the Director of Industrial Relations, State of California.

OPTIONAL BENEFIT PLANS I herein certify that all employee deductions for benefit plans are authorized and the employee(s) are signed up for the plan(s) and are receiving the benefit(s) of the plan(s) listed. WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS In addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above payroll, payment of fringe benefits as listed in the contract have or will be made to the appropriate programs for the benefit of such employees, except as noted below. WHERE FRINGE BENEFITS ARE PAID IN CASH Each laborer or mechanic listed in the above payroll has been paid as indicated on the payroll, an amount not less the sum of the applicable basic hourly rate plus the amount of the required fringe benefits as listed in the determination for the craft, except as noted below, Exception(s) ________________________________________________________________________________________________________ Craft Explanation ________________________________________________________________________________________________________ Craft Explanation ________________________________________________________________________________________________________ Craft Explanation

Remarks

____________________________________________________________________________________________________

I herein certify under the penalty of perjury all of the above is true and correct as submitted. ________________________________________________________________________________________________________ Name Signature ________________________________________________________________________________________________________ Date Payroll #

CONTRACTOR INFORMATION SHEET Job Name: _________________________________________ Category: ____________________________________ Prime Contractor: ___________________________________________________________________________________ Subcontractor: ______________________________________ License#: _____________________________________ Address: ____________________________________________________________________________________________ Phone #: ___________________________________________ Payroll Report Contact: _______________________ Email Address: _____________________________________________________________________________________ Fax #: ______________________________________________ Contract Amount: ____________________________ Estimated Start Date: _______________________________ Estimated End Date: _________________________

ANTICIPATED TRADES/CLASSIFICATIONS: ______________________________________________

______________________________________________

______________________________________________

______________________________________________

______________________________________________

______________________________________________

SUB-CONTRACTORS (if applicable) Name:

License #:

Phone/ Fax #:

Contact:

______________________________________________________________________________________________________ ______________________________________________________________________________________________________ ______________________________________________________________________________________________________

2N

Appendix B - City of Redlands Broadcast Design Construction Figures

AV EQUIPMENT RACKS

VIDEO SCOPE [BLACK MAGIC SMART SCOPE DUO]

SD/HDSDI LOOP OUT

SD/HDSDI

STORAGE DRIVE [OFCI LACIE DRIVE]

PROJECT: PLANNET CONSULTING BREA, CA

AUDIO MONITOR PRODUCTION SWITCHER

HD CAMERA

[BROADCAST PIX MICA 1000]

[PANASONIC AW-HE60S]

ETHERNET

A

REFERENCE

HD-SDI

M

J

N

IN 2 (HDSDI)

K

O

IN 3 (HDSDI)

[PANASONIC AW-HE60S]

L

P

ETHERNET

B

REFERENCE

IN 4 (HDSDI) IN 5 (HDSDI)

HD-SDI

IN 6 (HDSDI) IN 7 (HDSDI)

COUNTER TOP HD CAMERA

C

OUT 2

USB

STANDARD CONVERTER

AUTOMATION SYSTEM

[BLACK MAGIC SDI TO ANALOG 4K]

OUT 3

[OFCI LEIGHTRONIX NEXUS]

COMPOSITE OUT

HD/SDI IN

VIDEO IN 1

VIDEO OUT

AUDIO IN 1

AUDIO OUT

CLIP AUDIO (LEFT)

VIDEO IN 2

USB

CLIP AUDIO (RIGHT)

AUDIO IN 2

AV DISTRIBUTION AMPLIFIER [EXTRON MDA 3AV]

VIDEO 1 OUT

AUDIO IN

AUDIO 1 OUT

DVI 2 HD/SDI IN

CTL PANEL

COMPOSITE OUT

VIDEO 3 OUT

USB

[PANASONIC AW-HE60S]

H

ETHERNET

D

REFERENCE

HD-SDI

KEYBOARD [BROADCAST PIX FLUENT KEYBOARD]

CTL PANEL

KEYBOARD

KEYBOARD

TO OFE CATV FIBER CONVERTER

AUDIO 2 OUT

SERIAL

HD CAMERA

TO OFE CATV MODULATOR

VIDEO 2 OUT

[BLACK MAGIC SDI TO ANALOG 4K]

REF IN

REFERENCE

VIDEO IN

STANDARD CONVERTER

DVI 1

CONTROL PANEL [BROADCAST PIX CONTROL PANEL]

HD-SDI

ETHERNET

OUT 1

MULTI VIEW OUT

IN 8 (HDSDI)

[PANASONIC AW-HE60S]

G

VIDEO INPUTS

I

HD CAMERA

F

AUDIO IN 1

SD/HDSDI IN 1 (HDSDI)

AUDIO / VIDEO OUTPUTS

E

VIDEO IN 1

[BLACK MAGIC AUDIO MONITOR]

TO OFE SWAGGIT AGENDA MANAGEMENT SYSTEM

AUDIO 3 OUT

IP CAMERA CONTROL

COUNTER TOP 27" DISPLAY [DELL TBD]

DVD PLAYER [PIONEER DVD PRO V8000]

ETHERNET IR

HDMI

PATCH PANEL

COUNTER TOP

[BLACK MAGIC TERANEX 2D PROCESSOR]

[TBD]

AUDIO L/R AUDIO L/R

AUDIO L/R

STEREO IN

SD/HDSDI OUT

SD/HDSDI

SD/HDSDI

SD/HDSDI IN

SD/HDSDI LOOP OUT

COMPONENT/ COMPONENT/ COMPOSITE COMPOSITE

COMPNENT/ COMPOSITE IN

HDMI

HDMI IN

46" DISPLAY

STANDARD CONVERTER [BLACK MAGIC ANALOG TO SD]

COMPOSITE

HDMI

COMPONENT/ COMPONENT/ COMPOSITE COMPOSITE

IN

DVI-D IN

OUT

[SAMSUNG ED46D]

DVI-D IN

STANDARDS CONVERTER

27" TOUCH DISPLAY [DELL 2240]

DVI-D IN

COMPNENT/ COMPOSITE OUT

USB

HDMI OUT

NETWROK SWITCH

THUNDERBOLT

ETHERNET

HD/SDI OUT

[Cisco WS-C2960S-24PS-L] HDMI

HDMI

IN

OUT 1

E

OUT 2

F

OUT 3

G

OUT 4

H

Issue Date 1 5/13/2015 1 5/15/2015

Issue Description PRELIMINARY REVISION 1

AUDIO MIXER OUT 5

[OFCI RENEGADE LABS BLUE 328]

REFERENCE GENERATOR

IN 1

[BLACK MAGIC REF GEN] OUT 1

VIDEO DISTRIBUTION AMPLIFIER

IN 2

OUT 2

A

IN 3

OUT 3

B

IN 4

OUT 4

OUT 3

C

IN 5

OUT 5

OUT 4

D

IN 6

OUT 6

IN 7

OUT 7

IN 8

OUT 8

[AJA HD10DA-1]

IN

OUT 1

OUT 3

OUT 2

OUT 4 OUT 5

OUT 2

OUT 6

OUT 1

OUT 5

OUT 6

OUT 6

VIDEO MATRIX SWITCHER [BLACK MAGIC 12X12 SMART VIDEO HUB]

IN 9

I

IN 1

OUT 1

M

J

IN 2

OUT 2

N

K

IN 3

OUT 3

O

L

IN 4

OUT 4

P

IN 5

OUT 5

IN 6

OUT 6

IN 7

OUT 7

IN 8

OUT 8

IN 10 IN 11 FROM EXISTING OFE SOUND SYSTEM

PC

VGA SWITCHER/DA

[OFCI]

ETHERNET

AUDIO

VGA IN 1

VGA OUT 1

AUDIO IN 1

VGA OUT 2

MON OUT

SCAN CONVERTER

Seal/ Signature

[OFCI EXTRON ?]

[OFCI – EXTRON SW2 DA2]

VGA

IN 12

IN 9 VGA

COMPOSITE OUT

MIC/LINE AMPLIFIER

OUT 9

IN 10

OUT 10

IN 11

OUT 11

IN 12

OUT 12

[RDL STM-3]

TO EXISTING OFE PROJECTOR

MICROPHONE

LINE OUT

MIC/LINE AMPLIFIER [RDL STM-3]

VGA IN 2

AUD OUT

LAPTOP

MICROPHONE

[OFCI]

AUDIO IN 2

Project Name PLANNET CONSULTING INC.

VGA AUDIO

Project Number

WALL PANEL [TBD]

COUNCIL CHAMBERS

STANDARD CONVERTER [BLACK MAGIC ANALOG TO SD]

COMPOSITE

HD/SDI

HD/SDI

HD/SDI

HD/SDI

HD/SDI

HD/SDI

HD/SDI

HD/SDI

Description BROADCAST SYSTEM AUDIO, VIDEO & CONTROL SINGLE LINE DIAGRAMS

HD/SDI OUT

(X4) PORTABLE CONVERTERS TO BE UTILIZED WITH PORTABLE CAMERAS

MICROPHONE

MICROPHONE

MICROPHONE

MICROPHONE

Scale NTS

COUNCIL CHAMBERS LOBBY

CITY COUNCIL BROADCAST SYSTEM

AV04.01

ISSUE FOR BID

ETHERNET

LINE OUT